Tender Details
Title

Norway – Water meters – Water meters Place of performance: Norway,Viken Main nature of the contract: Supplies Official name: Bærum kommune Type of procedure: Open

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
21.11.2024
Overview
630592-2024 - Competition Competition Norway: Water meters Water meters Norway, Viken (NO082) Type of procedure: Open Buyer Buyer: Bærum kommune Email: hege.b.kristoffersen@baerum.kommune.no Norway, Viken (NO082), SANDVIKA LOT-0000: Water meters Water meters Norway, Viken (NO082) Duration: 48 Months Deadline for receipt of tenders: 21/11/2024 - 09:00:00 (UTC) 630592-2024 - Competition Norway – Water meters – Water meters OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Bærum kommune Email: hege.b.kristoffersen@baerum.kommune.no Activity of the contracting entity: Water-related activities 2. Procedure 2.1. Procedure Title: Water meters Description: Bærum municipality invites tenderers to an open tender contest for a framework agreement for water meters. Procedure identifier: 302a3181-32c0-4387-8c21-708467fa2ad6 Internal identifier: 2024/22070 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The aim of the procurement is to cover the municipality ́s need for water meters. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38421100 Water meters Additional classification (cpv): 38000000 Laboratory, optical and precision equipments (excl. glasses), 38300000 Measuring instruments, 38400000 Instruments for checking physical characteristics, 38410000 Metering instruments, 38420000 Instruments for measuring flow, level and pressure of liquids and gases, 38421000 Flow-measuring equipment, 38424000 Measuring and control equipment, 38550000 Meters 2.1.2. Place of performance Country subdivision (NUTS): Viken (NO082) Country: Norway 2.1.4. General information Legal basis: Directive 2014/25/EU Forsyningsforskriften - 2.1.6. Grounds for exclusion 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. 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) 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). 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? 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: LOT-0000 Title: Water meters Description: Bærum municipality invites tenderers to an open tender contest for a framework agreement for water meters. Internal identifier: 2024/22070 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38421100 Water meters Additional classification (cpv): 38000000 Laboratory, optical and precision equipments (excl. glasses), 38300000 Measuring instruments, 38400000 Instruments for checking physical characteristics, 38410000 Metering instruments, 38420000 Instruments for measuring flow, level and pressure of liquids and gases, 38421000 Flow-measuring equipment, 38424000 Measuring and control equipment, 38550000 Meters 5.1.2. Place of performance Country subdivision (NUTS): Viken (NO082) Country: Norway 5.1.3. Estimated duration Duration: 48 Months 5.1.4. Renewal Maximum renewals: 2 5.1.6. General information Reserved participation: Participation is not reserved. 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 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: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Taxes and duties Description: Demand: The tenderer's tax affairs shall be in order in relation to payment of taxes and duties in the country where the tenderer is established. Documentation requirement: The certificate must not be more than 6 months old. The certificate can be obtained from the Altinn.no. The certificate shall not be older than six months, from expiry of the tender deadline. Norwegian tenderers who are not VAT obliged must provide confirmation of this from the Norwegian tax authorities. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Economy Description: Demand: The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirement: Complete credit evaluation/report, not older than three months, from a publicly certified credit rating company, with score A (credit worthy) or equivalent, or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is fulfilled. In such cases, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. Such alternative documentation shall be included with the tender. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company. Minimum 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? Use of this criterion: Not 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: Other Name: Quality assurance system Description: Demand: A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Other Name: Environmental management system Description: Demand: Systems and procedures are required that ensure low environmental impact when performing the delivery. The environmental management system must i.a. ensure continual improvement of: • The organisation ́s competence in the environment and safety. • the performance's climate impact Documentation requirement: An account of the tenderer ́s environmental management system, or a copy of a certificate of environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn (Eco-lighthouse programme), EMAS or equivalent certificate. Minimum qualification requirements 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. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Demand: Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Documentation 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: 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. 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: 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 Deadline for requesting additional information: 14/11/2024 09:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/240641594.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/240641594.aspx 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 Variants: Not allowed Deadline for receipt of tenders: 21/11/2024 09:00:00 (UTC) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 22/11/2024 07:00:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: See the tender documentation. Financial arrangement: See the tender documentation. 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system Electronic auction: no 5.1.16. Further information, mediation and review Review organisation: Asker og Bærum tingrett Organisation providing additional information about the procurement procedure: Bærum kommune 8. Organisations 8.1. ORG-0001 Official name: Bærum kommune Registration number: 935478715 Postal address: Postboks 700 Town: SANDVIKA Postcode: 1304 Country subdivision (NUTS): Viken (NO082) Country: Norway Contact point: Hege B. Kristoffersen Email: hege.b.kristoffersen@baerum.kommune.no Telephone: +47 67504050 Internet address: http://www.baerum.kommune.no/ Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure 8.1. ORG-0002 Official name: Asker og Bærum tingrett Registration number: Asker og Bærum tingrett Town: SANDVIKA Country: Norway Contact point: Asker og Bærum tingrett Email: trabpost@domstol.no Telephone: 67576500 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: ff0b43eb-9f58-480f-a526-88d1fb9cfbb1 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 17 Notice dispatch date: 16/10/2024 11:54:22 (UTC) Notice dispatch date (eSender): 16/10/2024 12:12:22 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 630592-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/630592-2024/pdf Danish document download: https://ted.europa.eu/da/notice/630592-2024/pdf German document download: https://ted.europa.eu/de/notice/630592-2024/pdf Greek document download: https://ted.europa.eu/el/notice/630592-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/630592-2024/pdf English document download: https://ted.europa.eu/en/notice/630592-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/630592-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/630592-2024/pdf French document download: https://ted.europa.eu/fr/notice/630592-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/630592-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/630592-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/630592-2024/pdf Italian document download: https://ted.europa.eu/it/notice/630592-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/630592-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/630592-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/630592-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/630592-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/630592-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/630592-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/630592-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/630592-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/630592-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/630592-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/630592-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Electric Power Transmission Regulation Copper Regulation and Administration of Communications Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Accounting Machinery Regulation Investigation Regulation and Administration of Communications Accounting Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Water Professional
CPVS
Tools Glass Iron, lead, zinc, tin and copper Water meters Instruments for measuring flow, level and pressure of liquids and gases Laboratory, optical and precision equipments (excl. glasses) System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways PH meters Lead Photographs Measuring instruments Meters Research, testing and scientific technical simulator Safety cases Seals Other community, social and personal services Solvents Control, safety or signalling equipment for parking facilities Command, control, communication systems Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems Measuring and control equipment System, storage and content management software development services Forms Parts of chain Chain Lifting, handling, loading or unloading machinery Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Pressure-reducing, control, check or safety valves Catalogues Other services Accounting, auditing and fiscal services Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Chains Nuts pH meters Q Meters Business cases Environmental management Inspection Quality control Co financing Employment Solvents Equipment cases Water meters Liability insurance Case making services Seals Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Water and Sanitation 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