CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document:
Country: Norway
OJEU Ref: (2024/S 64-00188409/EN)
Nature of contract:

00188409-2024 – Competition
Norway – 39511000 – Products for the Detention Service
1. Buyer
1.1. Buyer
Official name: Politiets fellestjenesterKriminalomsorgenGovernor of Svalbard
Legal type of the buyer: Central government authority
Activity of the contracting authority: Public order and safety
2. Procedure
2. Procedure
2.1. Procedure
Title: Products for the Detention Service
Description: The aim of this procurement is to enter into a framework agreement that shall cover the need for Products for the Detention Service (Blanket, Foldable mattress and Security clothing) in high-risk surroundings at police stations and in the Norwegian Correctional Service ́s security cells in prisons. The products shall ensure health, environment and safety. The framework agreement shall apply for the Norwegian Police, the Directorate of Norwegian Correctional Service and the District Governor of Svalbard.

Based on previous years’ procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 2.5 million excluding VAT during the contract period. Due to unforeseen events and major changes in the contracting authority ́s need, a greater need for the products may occur than a probable estimate. These conditions are estimated to increase the extent up to a total amount of NOK 3 million excluding VAT. See the tender documentation for further details.
Procedure identifier: 6f16df26-dc4a-419c-847a-d2930b464520
Internal identifier: 23/224666
Type of procedure: Open
The procedure is accelerated:
2.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 39511000 Blankets and travelling rugs.
Additional classification (cpv):
18130000 Special workwear. 35113400 Protective and safety clothing. 39143112 Mattresses. 39510000 Textile household articles.
2.1.2 Place of performance
Town:
Postcode:
NUTS:
Country: Norway
2.1.3 Value
Estimated value excluding VAT: 3000000 NOK
2.1.4. General information
Legal basis: 32014L0024
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. or

d) 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: Products for the Detention Service
Description: The aim of this procurement is to enter into a framework agreement that shall cover the need for Products for the Detention Service (Blanket, Foldable mattress and Security clothing) in high-risk surroundings at police stations and in the Norwegian Correctional Service ́s security cells in prisons. The products shall ensure health, environment and safety. The framework agreement shall apply for the Norwegian Police, the Directorate of Norwegian Correctional Service and the District Governor of Svalbard.

Based on previous years’ procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 2.5 million excluding VAT during the contract period. Due to unforeseen events and major changes in the contracting authority ́s need, a greater need for the products may occur than a probable estimate. These conditions are estimated to increase the extent up to a total amount of NOK 3 million excluding VAT. See the tender documentation for further details.
5.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 39511000 Blankets and travelling rugs.
Additional classification (cpv): 18130000 Special workwear. 35113400 Protective and safety clothing. 39143112 Mattresses. 39510000 Textile household articles.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Norway
5.1.5. Value
Estimated value excluding VAT: 3000000 NOK
Maximum value of the framework agreement:
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)
5.1.9. Selection criteria
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.
User of this criterion: used
Criterion:
Type: Suitability to pursue the professional activity
Name: Requirements of the tenderer ́s quality 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 the receipt and registration of orders until delivery to the customer.
User of this criterion: used
Criterion:
Type: Suitability to pursue the professional activity
Name: Requirements of the tenderer’s environmental management system.
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 cover the environment policy.
User of this criterion: used
Criterion:
Type: Suitability to pursue the professional activity
Name: Traceability in the supply chain
Description: Qualification requirement: Tenderers shall have routines for registering and documenting their supply chains.

Documentation requirement:
If a tenderer uses sub-suppliers to fulfil this contract, the tenderer shall have a method for traceability that always gives the customer an overview of which sub-suppliers participate in the production of the product and which country it belongs.

The following documentation will be accepted:
• A description of the supply chain in accordance with Annex D traceability in the supply chain.
User of this criterion: used
Criterion:
Type: Technical and professional ability
User of this criterion: n-used
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: DAN
Electronic catalogue: Not allowed
Deadline for receipt of tenders: 27/05/2024 12:00:00
Information about public opening:
Opening date: 27/05/2024 12:00:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
5.1.15. Techniques
Framework agreement: Framework agreement, without reopening of competition
Information about the dynamic purchasing system: none
5.1.16. Further information, mediation and review
Review organisation: Oslo tingrett
8. Organisations
8.1. ORG-0001
Official Name: Politiets fellestjenester
Postal address: Postboks 116
Town: JAREN
Postcode: 2714
Country: Norway
Contact: Silje Skagen
Email: silje.skagen@politiet.no
Tel: +47 61318000
8.1. ORG-0002
Official Name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: OSLO
Postcode: 0125
Country: Norway
Email: oslo.tingrett@domstol.no
Tel: +47 22035200
8.1. ORG-0003
Official Name: Kriminalomsorgen
Town: Lillestrøm
Country: Norway
Email: silje.skagen@politiet.no
Tel: +4761318000
8.1. ORG-0004
Official Name: Governor of Svalbard
Town: Longyearbyen
Country: Svalbard and Jan Mayen
Email: silje.skagen@politiet.no
Tel: +4761318000
11. Notice information
11.1. Notice information
Notice identifier/version: 72c1bfba-fbb6-4485-ae27-47efdee7631b – 01
Notice type: Contract or concession notice – standard regime
Notice dispatch date: 27/03/2024 14:01:17
Languages in which this notice is officially available: ENG
11.2. Publication information
Notice publication number: 00188409-2024
OJ S issue number: 64/2024
Publication date: 29/03/2024


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 9, 2024

Contractor support for Joint Force Training Centre (JFTC)- Exporting Opportunity - Very Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: CONTRACTOR SUPPORT FOR JOINT FORCE TRAINING CENTRE (JFTC)- EXPORTING OPPORTUNITY – VERY

May 9, 2024

240228 - Training Room Fit Out at Bury St Edmunds Ambulance Hub

Type of document: Contract Notice Country: United Kingdom 1. Title: 240228 – Training Room Fit Out at Bury St Edmunds Ambulance Hub 2.