Tender Details
Title

Norway – Kerosene jet type fuels – Fuel for helicopters Place of performance: Norway,Anywhere in the given country Main nature of the contract: Supplies Official name: Politiets fellestjenester Type of procedure: Open

Country
Language
English
Organization
Published Date
14.10.2024
Deadline Date
22.11.2024
Overview
618982-2024 - Competition Competition Norway: Kerosene jet type fuels Fuel for helicopters Norway, Anywhere in the given country Estimated value excluding VAT: 15 000 000,00 NOK Type of procedure: Open Buyer Buyer: Politiets fellestjenester Email: kari.broste.kjersem@politiet.no Norway, JAREN Buyer Buyer: Direktoratet for samfunnssikkerhet og beredskap Email: Kari.broste.kjersem@politiet.no Norway, Tønsberg LOT-0000: Fuel for helicopters Kerosene jet type fuels Norway, Anywhere in the given country Duration: 2 Years Estimated value excluding VAT: 15 000 000,00 NOK Deadline for receipt of tenders: 22/11/2024 - 11:00:00 (UTC) 618982-2024 - Competition Norway – Kerosene jet type fuels – Fuel for helicopters OJ S 200/2024 14/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Politiets fellestjenester Email: kari.broste.kjersem@politiet.no Legal type of the buyer: Central government authority Activity of the contracting authority: Public order and safety 1.1. Buyer Official name: Direktoratet for samfunnssikkerhet og beredskap Email: Kari.broste.kjersem@politiet.no Legal type of the buyer: Public undertaking Activity of the contracting authority: Defence 2. Procedure 2.1. Procedure Title: Fuel for helicopters Description: Aeroplane fuel, jet A1. Procedure identifier: c92bbd73-cb9e-4fcb-bb18-c4c375284112 Internal identifier: 24/140377 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 09131100 Kerosene jet type fuels Additional classification (cpv): 09111300 Fossil fuels, 09131000 Aviation kerosene 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.3. Value Estimated value excluding VAT: 15 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 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? 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: LOT-0000 Title: Fuel for helicopters Description: Aeroplane fuel, jet A1. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 09131100 Kerosene jet type fuels Additional classification (cpv): 09111300 Fossil fuels, 09131000 Aviation kerosene Options: Description of the options: voluntary option for the delivery of fuel (Jet A1) for its own installations. 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Duration: 2 Years 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: 1 year + 1 year. The total possible contract length is 4 years. 5.1.5. Value Estimated value excluding VAT: 15 000 000,00 NOK 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: Tax Certificate Description: Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Creditworthiness Description: 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. Use of this criterion: Used Criterion: Type: Other Name: Quality Assurance System Description: 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 receipt and registration of orders until delivery to the customer. Use of this criterion: Used Criterion: Type: Other Name: Environmental management Description: 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 include environmental objectives. Use of this criterion: Used Criterion: Type: Other Name: Self-declaration Description: Public Contracting Authorities are obliged not to enter into contracts with legal persons/companies covered by § 8n in the Regulations on Restrictive Measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability of 15 August 2014 no. 1076 (The Sanctions Regulations of Ukraine (territorial integrity etc.)), unless the Ministry of Foreign Affairs gives a licence pursuant to § 8n other sections. A self-declaration shall be enclosed here. Use of this criterion: Used Criterion: Type: Other Name: Self-declaration Description: A commitment statement for any companies that the tenderer will use, cf. "Rules for the competition" shall be enclosed here. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Registration Description: Qualification 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: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Relevant experience Description: Qualification requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. 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. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Weight (percentage, exact): 100 5.1.11. Procurement documents Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414739&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414739&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 22/11/2024 11:00:00 (UTC) Information about public opening: Opening date: 22/11/2024 11:00:00 (UTC) 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: no 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 5.1.16. Further information, mediation and review Review organisation: Oslo tingrett 8. Organisations 8.1. ORG-0001 Official name: Politiets fellestjenester Registration number: 974761157 Postal address: Postboks 116 Town: JAREN Postcode: 2714 Country: Norway Contact point: Kari Brøste Kjersem Email: kari.broste.kjersem@politiet.no Telephone: +47 61318000 Internet address: http://www.politiet.no Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/289530 Roles of this organisation: Buyer Group leader 8.1. ORG-0002 Official name: Oslo tingrett Registration number: 926 725 939 Postal address: Postboks 2106 Vika Town: OSLO Postcode: 0125 Country: Norway Email: oslo.tingrett@domstol.no Telephone: +47 22035200 Internet address: https://www.domstol.no/ Roles of this organisation: Review organisation 8.1. ORG-0003 Official name: Direktoratet for samfunnssikkerhet og beredskap Registration number: 974760983 Town: Tønsberg Country: Norway Email: Kari.broste.kjersem@politiet.no Telephone: 98632667 Roles of this organisation: Buyer 11. Notice information 11.1. Notice information Notice identifier/version: 48a1b4ab-3473-45d7-bf53-b9e176a685ea - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 10/10/2024 14:45:51 (UTC) Notice dispatch date (eSender): 10/10/2024 15:00:36 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 618982-2024 OJ S issue number: 200/2024 Publication date: 14/10/2024 Czech document download: https://ted.europa.eu/cs/notice/618982-2024/pdf Danish document download: https://ted.europa.eu/da/notice/618982-2024/pdf German document download: https://ted.europa.eu/de/notice/618982-2024/pdf Greek document download: https://ted.europa.eu/el/notice/618982-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/618982-2024/pdf English document download: https://ted.europa.eu/en/notice/618982-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618982-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/618982-2024/pdf French document download: https://ted.europa.eu/fr/notice/618982-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618982-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/618982-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618982-2024/pdf Italian document download: https://ted.europa.eu/it/notice/618982-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618982-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618982-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/618982-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/618982-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/618982-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/618982-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/618982-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/618982-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618982-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618982-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618982-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Electric Power Transmission Regulation Copper Religious Financial Transactions Processing Securities Justice Other Professional Other Justice Regulation Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Copper Professional Process Funds
CPVS
Petroleum products, fuel, electricity and other sources of energy Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles Kerosene jet type fuels System, storage and content management software package Environmental management Mains Aeroplanes Control, safety, signalling and light equipment Sections Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Lead Helicopters Fuels Safety cases 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 Helicopters, aeroplanes, spacecraft and other powered aircraft Parts for helicopters Lifting, handling, loading or unloading machinery Vats Pressure-reducing, control, check or safety valves Catalogues Fossil fuels Other services Seats, chairs and related products, and associated parts 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 Parts of fuel, hand and concrete pumps Control, safety or signalling equipment for airports Dates Aviation kerosene
UNSPSC
Fuels Kerosene Profiles Awards Business cases Environmental management Public order and safety Co financing Employment Case making services Securities 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
Roads and Highways-Bridge Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables Petroleum Products
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