Tender Details
Title

Norway – Repair and maintenance services – Plumbing services 2024 Place of performance: Norway,Troms og Finnmark Main nature of the contract: Supplies,Services Official name: Harstad kommune Type of procedure: Open

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
18.11.2024
Overview
629019-2024 - Competition Competition Norway: Repair and maintenance services Plumbing services 2024 Norway, Troms og Finnmark (NO074) Estimated value excluding VAT: 28 400 000,00 NOK Type of procedure: Open Buyer Buyer: Harstad kommune Email: kirsti.nilssen@harstad.kommune.no Norway, Harstad Buyer Buyer: Kvæfjord kommune Email: Postmottak@kvafjord.kommune.no Norway, Troms og Finnmark (NO074), Borkenes Buyer Buyer: Ibestad kommune Email: postmottak@ibestad.kommune.no Norway, Troms og Finnmark (NO074), Hamnvik LOT-0001: Sub-contract 1 Harstad municipality Repair and maintenance services Norway, Troms og Finnmark (NO074) Duration: 2 Years Estimated value excluding VAT: 24 000 000,00 NOK Deadline for receipt of tenders: 18/11/2024 - 11:00:58 (UTC) LOT-0002: Sub-contract 2 Kvæfjord municipality Repair and maintenance services Norway, Troms og Finnmark (NO074) Duration: 4 Years Estimated value excluding VAT: 2 400 000,00 NOK Deadline for receipt of tenders: 18/11/2024 - 11:00:58 (UTC) LOT-0003: Sub-contract 3 Ibestad municipality Repair and maintenance services Norway, Troms og Finnmark (NO074) Duration: 4 Years Estimated value excluding VAT: 2 000 000,00 NOK Deadline for receipt of tenders: 18/11/2024 - 11:00:58 (UTC) 629019-2024 - Competition Norway – Repair and maintenance services – Plumbing services 2024 OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies - Services 1. Buyer 1.1. Buyer Official name: Harstad kommune Email: kirsti.nilssen@harstad.kommune.no Legal type of the buyer: Regional authority Activity of the contracting authority: General public services 1.1. Buyer Official name: Kvæfjord kommune Email: Postmottak@kvafjord.kommune.no Legal type of the buyer: Body governed by public law, controlled by a local authority Activity of the contracting authority: General public services 1.1. Buyer Official name: Ibestad kommune Email: postmottak@ibestad.kommune.no 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: Plumbing services 2024 Description: Harstad municipality, Kvæfjord municipality and Ibestad municipality would like a framework agreement with a tenderer for plumbing services. including materials, as well as annual FG inspections of sprinkler installations and water mist installations. The estimated annual consumption is NOK 6,000,000 for Harstad municipality, NOK 600,000 per annum for Kvæfjord municipality and NOK 500,000 for Ibestad municipality. The total consumption in the contract period including options is up to NOK 28,400,000. The estimated consumption is an estimate and is not applicable for the actual call-offs. Procedure identifier: c57b5798-07c1-48c5-a7d3-de7d629e7f33 Internal identifier: 24/41/Tendsign Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Additional nature of the contract: Supplies Main classification (cpv): 50000000 Repair and maintenance services Additional classification (cpv): 44160000 Pipeline, piping, pipes, casing, tubing and related items, 50510000 Repair and maintenance services of pumps, valves, taps and metal containers 2.1.2. Place of performance Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Additional information: Harstad, Kvæfjord and Ibestad municipalities 2.1.3. Value Estimated value excluding VAT: 28 400 000,00 NOK Maximum value of the framework agreement: 28 400 000,00 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: 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: 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-0001 Title: Sub-contract 1 Harstad municipality Description: Harstad municipality would like a framework agreement with a service provider for plumbing services. including materials, as well as annual FG inspections of sprinkler installations and water mist installations. The estimated annual consumption is NOK 6,000,000 for Harstad municipality. Internal identifier: 24/41/Tendsign 5.1.1. Purpose Main nature of the contract: Services Additional nature of the contract: Supplies Main classification (cpv): 50000000 Repair and maintenance services Additional classification (cpv): 44160000 Pipeline, piping, pipes, casing, tubing and related items, 50510000 Repair and maintenance services of pumps, valves, taps and metal containers Options: Description of the options: The contracting authority has the option to extend the contract subject to verbatim terms, with 2 extensions a 1 year, so that the total possible length of the contract is 4 years. 5.1.2. Place of performance Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Additional information: Harstad municipality 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: Renewal lenght is 12 months 5.1.5. Value Estimated value excluding VAT: 24 000 000,00 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: The tenderer's economic and financial capacity Description: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: The tenderer ́s registration, authorisations, etc. Description: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. 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: Suitability to pursue the professional activity Name: Tax Certificate Description: Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT). Tax certificate, not older than six months. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Comparable contracts Description: Tenderers shall have experience from comparable contracts. Description of up to 3 of the tenderer's most relevant 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. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers shall have the implementation ability and capacity to fulfil the contract. Description: A description of the service team that the tenderer can use for fulfilment of the assignment. Overview of the number of employees with vocational education and the number of apprentices. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: The tenderer must have authorisation and Description: Authorised plumbing/plumbing company. Copy of certificates of apprenticeship, authorisations and certificates (including a particularly blue certificate for sprinkler jobs). Use of this criterion: Used Criterion: Type: Technical and professional ability Name: FG certification for control of sprinkler installations Description: Document the current FG certification for control of sprinkler installations and water mist system. If the tenderer does not have the necessary competence/FG certification, the tenderer must connect with external competence/sub-suppliers. The tender shall state which sub-suppliers will be used. Document the sub-contractor ́s FG certification for control of the sprinkler system and water mist system. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: A good, well functioning quality assurance system is required. Description: A signed self-declaration for a quality assurance system. If the tenderer has: A copy of the system certificate issued by an accredited certification body or equivalent documentation. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: the offered price Weight (percentage, exact): 70 Criterion: Type: Quality Name: Environment Description: Environmental impact on vehicles that shall be used in the assignment. Weight (percentage, exact): 30 5.1.11. Procurement documents Deadline for requesting additional information: 10/11/2024 23:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=33747 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=33747&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 11:00:58 (UTC) Deadline until which the tender must remain valid: 97 Days Information about public opening: Opening date: 18/11/2024 11:05:00 (UTC) Place: Harstad 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: Midtre Hålogaland tingrett 5.1. Lot: LOT-0002 Title: Sub-contract 2 Kvæfjord municipality Description: Sub-contract Kvæfjord municipality Harstad municipality, Kvæfjord municipality and Ibestad municipality would like a framework agreement with a tenderer for plumbing services. including materials, as well as annual FG inspections of sprinkler installations and water mist installations. The estimated annual consumption is NOK 600,000 per annum for Kvæfjord municipality. Internal identifier: 24/41/Tendsign 5.1.1. Purpose Main nature of the contract: Services Additional nature of the contract: Supplies Main classification (cpv): 50000000 Repair and maintenance services Additional classification (cpv): 44160000 Pipeline, piping, pipes, casing, tubing and related items, 50510000 Repair and maintenance services of pumps, valves, taps and metal containers 5.1.2. Place of performance Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Additional information: Kvæfjord municipality 5.1.3. Estimated duration Duration: 4 Years 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 12 months 5.1.5. Value Estimated value excluding VAT: 2 400 000,00 NOK Maximum value of the framework agreement: 2 400 000,00 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: The tenderer's economic and financial capacity Description: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Tenderers must have a credit rating of A "credit worthy" for this delivery. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Tax Certificate Description: Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT). Tax certificate, not older than six months. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: The tenderer ́s registration, authorisations, etc. Description: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. 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: Comparable contracts Description: Description of up to 3 of the tenderer's most relevant 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. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers shall have the implementation ability and capacity to fulfil the contract. Description: A description of the service team that the tenderer can use for fulfilment of the assignment. Overview of the number of employees with vocational education and the number of apprentices. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers must have authorisation and competence. Description: Authorised plumbing/plumbing company. Copy of certificates of apprenticeship, authorisations and certificates (including a particularly blue certificate for sprinkler jobs). Use of this criterion: Used Criterion: Type: Technical and professional ability Name: FG certification for control of sprinkler installations Description: Document the current FG certification for control of sprinkler installations and water mist system. If the tenderer does not have the necessary competence/FG certification, the tenderer must connect with external competence/sub-suppliers. The tender shall state which sub-suppliers will be used. Document the sub-contractor ́s FG certification for control of the sprinkler system and water mist system. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: A good, well functioning quality assurance system is required. Description: A signed self-declaration for a quality assurance system. If the tenderer has: A copy of the system certificate issued by an accredited certification body or equivalent documentation. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Completed price form Weight (percentage, exact): 70 Criterion: Type: Quality Name: Environment Description: Environmental impact on vehicles that shall be used in the assignment. Completed form "Emissions from vehicles used in the contract. Weight (percentage, exact): 30 5.1.11. Procurement documents Deadline for requesting additional information: 10/11/2024 23:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=33747 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=33747&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Variants: Not allowed Tenderers may submit more than one tender: Allowed Deadline for receipt of tenders: 18/11/2024 11:00:58 (UTC) Deadline until which the tender must remain valid: 97 Days Information about public opening: Opening date: 18/11/2024 11:05:00 (UTC) Place: Harstad 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: Midtre Hålogaland tingrett 5.1. Lot: LOT-0003 Title: Sub-contract 3 Ibestad municipality Description: Harstad municipality, Kvæfjord municipality and Ibestad municipality would like a framework agreement with a tenderer for plumbing services. including materials, as well as annual FG inspections of sprinkler installations and water mist installations. The estimated annual consumption is NOK 500,000 for Ibestad municipality. The estimated consumption is an estimate and is not applicable for the actual call-offs. Internal identifier: 24/41/Tendsign 5.1.1. Purpose Main nature of the contract: Services Additional nature of the contract: Supplies Main classification (cpv): 50000000 Repair and maintenance services Additional classification (cpv): 44160000 Pipeline, piping, pipes, casing, tubing and related items, 50510000 Repair and maintenance services of pumps, valves, taps and metal containers 5.1.2. Place of performance Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Additional information: Ibestad municipality 5.1.3. Estimated duration Duration: 4 Years 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 12 months 5.1.5. Value Estimated value excluding VAT: 2 000 000,00 NOK Maximum value of the framework agreement: 2 000 000,00 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: The tenderer's economic and financial capacity Description: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Tenderers must have a "credit worthy" rating for this delivery. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Tax Certificate Description: Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT). Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registration Description: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Norwegian companies: Company Registration Certificate Foreign companies: Verification that the company is registered in a company register, professional register or a commerce register in the country of suppliers. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Comparable contracts Description: Description of up to 3 of the tenderer's most relevant 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. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers shall have the implementation ability and capacity to fulfil the contract. Description: A description of the service team that the tenderer can use for fulfilment of the assignment. Overview of the number of employees with vocational education and number of apprentices Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers must have authorisation and competence. Description: Authorised plumbing/plumbing company. Copy of certificates of apprenticeship, authorisations and certificates (including a particularly blue certificate for sprinkler jobs). Use of this criterion: Used Criterion: Type: Technical and professional ability Name: FG certification for control of sprinkler installations Description: Document the current FG certification for control of sprinkler installations and water mist system. If the tenderer does not have the necessary competence/FG certification, the tenderer must connect with external competence/sub-suppliers. The tender shall state which sub-suppliers will be used. Document the sub-contractor ́s FG certification for control of the sprinkler system and water mist system. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: A good, well functioning quality assurance system is required. Description: A signed self-declaration for a quality assurance system. If the tenderer has: A copy of the system certificate issued by an accredited certification body or equivalent documentation. Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 10/11/2024 23:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=33747 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=33747&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 11:00:58 (UTC) Deadline until which the tender must remain valid: 97 Days Information about public opening: Opening date: 18/11/2024 11:05:00 (UTC) Place: Harstad 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: Midtre Hålogaland tingrett 8. Organisations 8.1. ORG-0001 Official name: Harstad kommune Registration number: 972417971 Department: Innkjøp Postal address: Postmottak, Postboks 1000 Town: Harstad Postcode: 9479 Country: Norway Contact point: Kirsti Nilssen Email: kirsti.nilssen@harstad.kommune.no Telephone: +4777026000 Internet address: http://www.harstad.kommune.no Roles of this organisation: Buyer Group leader 8.1. ORG-0002 Official name: Midtre Hålogaland tingrett Registration number: 926 723 073 Postal address: Postboks 343 Town: Narvik Postcode: 8505 Country subdivision (NUTS): Nordland (NO071) Country: Norway Email: midtre.halogaland.tingrett@domstol.no Telephone: 77 58 95 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/midtre-halogaland-tingrett/ Roles of this organisation: Review organisation 8.1. ORG-0003 Official name: Kvæfjord kommune Registration number: 972 417 998 Town: Borkenes Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Email: Postmottak@kvafjord.kommune.no Telephone: 77023000 Roles of this organisation: Buyer 8.1. ORG-0004 Official name: Ibestad kommune Registration number: 959469792 Town: Hamnvik Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Email: postmottak@ibestad.kommune.no Telephone: 77099000 Roles of this organisation: Buyer 11. Notice information 11.1. Notice information Notice identifier/version: 766a892f-1381-4b35-8895-4cf40c41e042 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 11:46:47 (UTC) Notice dispatch date (eSender): 16/10/2024 11:53:08 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 629019-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/629019-2024/pdf Danish document download: https://ted.europa.eu/da/notice/629019-2024/pdf German document download: https://ted.europa.eu/de/notice/629019-2024/pdf Greek document download: https://ted.europa.eu/el/notice/629019-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/629019-2024/pdf English document download: https://ted.europa.eu/en/notice/629019-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/629019-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/629019-2024/pdf French document download: https://ted.europa.eu/fr/notice/629019-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/629019-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/629019-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/629019-2024/pdf Italian document download: https://ted.europa.eu/it/notice/629019-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/629019-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/629019-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/629019-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/629019-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/629019-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/629019-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/629019-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/629019-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/629019-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/629019-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/629019-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Copper Religious Financial Transactions Processing Securities Plumbing Justice Other Professional Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Measuring Plumbing Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Water Professional Process Metal Can 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 System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Tubing Lavatory seats, covers, bowls and cisterns Pipes Publications Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Valve parts Lead 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 Vats Repair, maintenance and associated services related to roads and other equipment Pressure-reducing, control, check or safety valves Catalogues Parts of other vehicles Other services Piping Repair and maintenance services for pumps, valves, taps and metal containers and machinery Pipelines 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 Pipeline, piping, pipes, casing, tubing and related items Casing 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 Repair and maintenance services of pumps, valves, taps and metal containers
UNSPSC
Nuts Valves Pumps Awards Water Business cases Inspection Co financing Employment Value added tax VAT Pipeline Taps Case making services Securities Water, sanitation and hygiene kits Water, sanitation and hygiene kit Water, sanitation and hygiene kits 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
Services 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