Tender Details
Title
Norway – Specialised boats – Procurement of a fire and rescuing vessel Place of performance: Anywhere Main nature of the contract: Supplies Official name: Oslo kommune v/ Brann- og redningsetaten Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
Country
Language
English
Organization
Published Date
27.06.2024
Deadline Date
16.08.2024
Overview
381884-2024 - Competition Competition Norway: Specialised boats Procurement of a fire and rescuing vessel Anywhere Estimated value excluding VAT: 33 000 000,00 NOK Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation Buyer Buyer: Oslo kommune v/ Brann- og redningsetaten Norway, Oslo LOT-0000: Procurement of a fire and rescuing vessel Specialised boats Anywhere Duration: 18 Months Estimated value excluding VAT: 33 000 000,00 NOK Deadline for receipt of requests to participate: 16/08/2024 - 10:00:00 (UTC) 381884-2024 - Competition Norway – Specialised boats – Procurement of a fire and rescuing vessel OJ S 124/2024 27/06/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Oslo kommune v/ Brann- og redningsetaten 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 a fire and rescuing vessel Description: Oslo Fire and Rescue Agency (OBRE), hereafter called the Contracting Authority, invites tenderers to a competition with negotiations for the procurement of fire and rescue vessel. Procedure identifier: a5996678-6c97-4ed9-a5a5-97a8648ca012 Internal identifier: EB24/5 Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34521000 Specialised boats Additional classification (cpv): 34500000 Ships and boats, 34513000 Fishing, emergency and other special vessels, 34513700 Rescue vessels, 34520000 Boats, 34521100 Surveillance boats, 34521200 Customs patrol boats, 34521300 Police patrol boats, 35110000 Firefighting, rescue and safety equipment, 75250000 Fire-brigade and rescue services 2.1.2. Place of performance Anywhere 2.1.3. Value Estimated value excluding VAT: 33 000 000,00 NOK 2.1.4. General information Additional information: Due to staff holidays, questions will not be answered in the period 15 July - 5 August. 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, at the enforceable verdict 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 corruption, involving servicemen in the European Communities or in 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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not 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 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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?White money or financing terrorism. 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 legally enforceable verdict 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?Speed as discussed in Article 1 of the convention on 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, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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: If the tenderer: a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents that the contracting authority requests. ord) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could 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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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: Procurement of a fire and rescuing vessel Description: Oslo Fire and Rescue Agency (OBRE), hereafter called the Contracting Authority, invites tenderers to a competition with negotiations for the procurement of fire and rescue vessel. Internal identifier: EB24/5 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34521000 Specialised boats Additional classification (cpv): 34500000 Ships and boats, 34513000 Fishing, emergency and other special vessels, 34513700 Rescue vessels, 34520000 Boats, 34521100 Surveillance boats, 34521200 Customs patrol boats, 34521300 Police patrol boats, 35110000 Firefighting, rescue and safety equipment, 75250000 Fire-brigade and rescue services 5.1.2. Place of performance Anywhere 5.1.3. Estimated duration Duration: 18 Months 5.1.5. Value Estimated value excluding VAT: 33 000 000,00 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) Additional information: Due to staff holidays, questions will not be answered in the period 15 July - 5 August. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Description: The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority will obtain a credit rating based on the last approved accounting figures. Use of this criterion: Used Criterion: Type: Other Name: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract's environmental provisions. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Description: If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent. Alternatively: A description of the tenderer's environmental management measures. Use of this criterion: Used Criterion: Type: Other Name: Tenderers shall have a relevant quality assurance system for the content of the contract. Description: Certificate for the company's quality assurance system issued by independent bodies which certify that the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015. Alternatively: A description of the tenderer's quality assurance methods. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: The tenderer shall be a legally established company. Description: 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: Tenderers shall have experience from equivalent assignments. Equivalent assignments mean design, construction and delivery of fast fire, police, military, rescuing and/or ambulance vessels of 15 metres and 24 metres long. Description: An overview of the tenderer ́s equivalent assignments carried out during the last 5 years. The overview shall state who the contracting authority was, the name of a gender neutral preferred, the assignment ́s nature, scope and value. The overview shall also include information on: • The vessel ́s name and nationality. • Concept design (the shipyard's own or consultant) • Detail design • Main dimensions •Capacities • Test tour protocol • Surgical weight • Engine installation and propulsion (type, effect and rating) GA and external and internal pictures showing: • Tyre arrangement •Bridge • Fixtures • Engine room The contracting authority reserves the right to contact contact persons for the stated reference projects. Use of this criterion: Used The criteria will be used to select the candidates to be invited for the second stage of the procedure Maximum number of tenders passing: 5 Information about the second stage of a two-stage procedure: Minimum number of candidates to be invited for the second stage of the procedure: 3 Maximum number of candidates to be invited for the second stage of the procedure: 5 The procedure will take place in successive stages. At each stage, some participants may be eliminated 5.1.10. Award criteria Criterion: Type: Quality Name: Delivery and documentation Description: The tenderer ́s response to E-requirements in Annex 2 under the chapter "Delivery and Documentation". Weight (percentage, exact): 5 Criterion: Type: Quality Name: General vessel requirements Description: The tenderer ́s response to E-requirements in Annex 2, under the chapter "General Vessel Requirements". Weight (percentage, exact): 15 Criterion: Type: Quality Name: Hulls and superstructures Description: The tenderer ́s response to E-requirements in Annex 2 under the chapter 'Hull and superstructures'. Weight (percentage, exact): 20 Criterion: Type: Quality Name: Fire and Rescue Equipment Description: The tenderer ́s response to E-requirements in Annex 2, under the chapter "Equipment for fire and rescue". Weight (percentage, exact): 15 Criterion: Type: Quality Name: Ship equipment Description: The tenderer ́s response to E-requirements in Annex 2 under the chapter "Ship Equipment". Weight (percentage, exact): 10 Criterion: Type: Quality Name: Equipment for the crew Description: The tenderer ́s response to E-requirements in Annex 2 under the chapter "Equipment for the crew". Weight (percentage, exact): 5 Criterion: Type: Quality Name: Machinery and progress Description: The tenderer ́s response to E-requirements in Annex 2, under the chapter "Machinery and progress". Weight (percentage, exact): 5 Criterion: Type: Price Name: Price of the vessel including options. Description: Completed price form Weight (percentage, exact): 25 Criterion: Type: Quality Name: N/a Description: It is considered most appropriate to have absolute minimum requirements for the use of materials and equipment and that it will give a better climate and environmental effect than the use of evaluation requirements (award criteria). The background for this is that the minimum requirement ensures that the desired environmental requirements are met. Tenders that do not meet the minimum environmental requirements will be rejected from the competition. If award criteria are used, the contracting authority risks the environmental requirements not being met to the same degree. 5.1.11. Procurement documents Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404083&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=404083&B= Languages in which tenders or requests to participate may be submitted: Danish, Norwegian, Swedish Electronic catalogue: Not allowed Description of the financial guarantee: Bank guarantee Deadline for receipt of requests to participate: 16/08/2024 10:00:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: no 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 5.1.16. Further information, mediation and review Review organisation: Oslo Tingrett 8. Organisations 8.1. ORG-0001 Official name: Oslo kommune v/ Brann- og redningsetaten Registration number: 876820102 Department: Innkjøpstjenester Postal address: Østensjøveien 27 Town: Oslo Postcode: 0661 Country: Norway Contact point: Espen Skistad Email: espen.skistad@uke.oslo.kommune.no Telephone: +47 21802180 Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/264775 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Oslo Tingrett Registration number: 926 725 939 Postal address: C. J. Hambros plass 4 Town: Oslo Postcode: 0164 Country: Norway Email: oslo.tingrett@domstol.no Telephone: +47 22035200 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 450c1278-96f5-4b6e-84e8-931908701831 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 26/06/2024 09:00:35 (UTC) Notice dispatch date (eSender): 26/06/2024 09:00:35 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 381884-2024 OJ S issue number: 124/2024 Publication date: 27/06/2024 Czech document download: https://ted.europa.eu/cs/notice/381884-2024/pdf Danish document download: https://ted.europa.eu/da/notice/381884-2024/pdf German document download: https://ted.europa.eu/de/notice/381884-2024/pdf Greek document download: https://ted.europa.eu/el/notice/381884-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/381884-2024/pdf English document download: https://ted.europa.eu/en/notice/381884-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/381884-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/381884-2024/pdf French document download: https://ted.europa.eu/fr/notice/381884-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/381884-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/381884-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/381884-2024/pdf Italian document download: https://ted.europa.eu/it/notice/381884-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/381884-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/381884-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/381884-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/381884-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/381884-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/381884-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/381884-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/381884-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/381884-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/381884-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/381884-2024/pdf
NAICS
Motorcycle Business All Other Professional Navigational Professional Justice Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Fishing Religious Financial Transactions Processing Securities Justice Other Professional Construction Other Justice Accounting Machinery Regulation Engine International Accounting Measuring Agriculture Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Agencies Engine Copper Construction Professional Process Funds
CPVS
Goods vessels Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Fishing, emergency and other special vessels Profiles Pictures System, storage and content management software package Environmental management Mains Ambulances Control, safety, signalling and light equipment Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Firefighting, rescue and safety equipment Boards Control, safety or signalling equipment for inland waterways Police patrol boats Wells construction work Lead Agricultural, farming, fishing, forestry and related products Used tyres Safety cases Other community, social and personal services Control, safety or signalling equipment for parking facilities Construction work Ships Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems Intelligence, surveillance, target acquisition and reconnaissance System, storage and content management software development services Forms Customs patrol boats Rescue vessels Vats Installation services of equipment for measuring, checking, testing and navigating Boats Pressure-reducing, control, check or safety valves Catalogues Engine parts Engines Other services Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Specialised boats Control, safety or signalling equipment for airports Dates
UNSPSC
Ambulances Engines Profiles Boards Awards Business cases Environmental management Co financing Equipment cases Case making services Securities Clinical laboratory and toxicology testing systems, components, and supplies Specialised, Safety and Rescue Vehicle Accessories Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables Marine
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