Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Норвегии


Signs and related items (Норвегия - Тендер #44011650)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Норвегия (другие тендеры и закупки Норвегия)
Организатор тендера: Forsvarsbygg
Номер конкурса: 44011650
Дата публикации: 24-07-2023
Сумма контракта: 180 398 507 (Российский рубль) Цена оригинальная: 32 500 000 (Норвежская крона)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023071920230828 12:00Ministry or any other national or federal authorityContract noticeSuppliesOpen procedureEuropean Economic Area (EEA)Submission for all lotsThe most economic tenderDefence03B0203
  1. Section I
    1. Name and addresses
      Forsvarsbygg
      Grev Wedels plass 5
      OSLO
      0151
      Norway
      Telephone: +47 45260058
      E-mail: marita.graue.eide@forsvarsbygg.no
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      https://permalink.mercell.com/208370006.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/208370006.aspx

    4. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    5. Main activity:
      Defence
  2. Section II
    1. Scope of the procurement:
      1. Title:

        R01315 Framework agreement for signage and related services

        Reference number: 2023/3722
      2. Main CPV code:
        44423400
      3. Type of contract:
        Supplies
      4. Short description:

        Together with the Norwegian Armed Forces [Forsvaret], the Norwegian Defence Materiel Agency [Forsvarsmateriell], the Norwegian Defence Research Establishment [Forsvarets forskningsinstitutt] and the National Security Authority [Nasjonal Sikkerhets Myndighet], the Norwegian Defence Estates Agency [Forsvarsbygg] intends to enter into parallel framework agreements with up to three tenderers to cover the contracting authority"s needs for exterior and interior signage for buildings and locations, as well as signage for large areas such as shooting and training ranges. The framework agreements also cover the production and delivery of signs, as well as other related services such as installation, graphic design and signage consultation.

      5. Estimated total value:
        Value excluding VAT: 32 500 000.00 NOK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        31523000, 31523200, 34928470, 34928472, 34992000, 79822500
      3. Place of performance:
        Main site or place of performance:

        Nationwide in Norway

      4. Description of the procurement:

        The framework agreements cover all activities from ordering to delivery, including consultancy, graphic design, production, delivery and installation/disassembly of signs. The Tenderer is to follow the Contracting Authority"s signage programme. The signage programme includes numerous types of signs. The assistance includes the following services: Consultancy and graphic design/visual design of signs, production of signs, preparation of product specifications, delivery of signs, installation and disassembly of signs and installation specifications

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 32 500 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: yes
        Description of renewals:

        The contracting authority can extend the contract for up to 1 (one) + 1 (one) year, to maximum 4 (four) years from the actual start-up date.

      8. Information about the limits on the number of candidates to be invited:
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:
        Variants will be accepted: Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:

        The total estimated contract value for the entire contract period is NOK 32.5 million. In order to take into account changes in consumption patterns, uncertainties and increased use of the contract on the part of the contracting authority, the contract will still have an upper limit and be valid for consumption up to NOK 4 million excluding VAT.

  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        Requirement: Tenderers must be a legally established company. Documentation requirement: Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below. Requirement: Tenderers must have their tax and duty payments in order. Documentation requirement: Tax and VAT certificate (RF-1316). The certificate can be ordered via www.altinn.no. The certificate must not be more than 6 months from the tender deadline. (only for Norwegian tenderers).

      2. Economic and financial standing:
        List and brief description of selection criteria:

        Requirement: Tenderers must have sufficient financial capacity to fulfil the contract. Documentation requirement: A credit rating, carried out by a company that can legally carry out credit ratings, of the tenderer that is not older than 6 months calculated from the application deadline. The credit rating must contain an assessment of the tenderer’s payment history/reliability. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the controlling company), equivalent credit assessment for this company must be submitted. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        Requirement: Tenderers must have good experience from equivalent deliveries. Equivalent deliveries means deliveries of an equivalent scope, for example, framework agreements or equivalent, with assignments of a similar nature and complexity. Documentation requirement: List of the most important relevant deliveries in the last five years. The list must highlight the tenderer"s role in the reference project, along with the value, dates and the name of the contracting authority. Requirement: Tenderers must have the necessary financial capacity to execute the framework agreement. Documentation requirement: Description of the tenderer"s total staffing and an Organisation Chart.

        Requirement: Tenderers are required to have a well-functioning quality system. Certification for the relevant quality assurance standard, for example NS-EN ISO 9001.

        (Other certificates issued by bodies in EEA countries that comply with the Community regulations or the relevant European or international certification standards can also be presented.) Or: A description of the tenderer"s quality assurance system.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Open procedure
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with several operatorsEnvisaged maximum number of participants to the framework agreement: 3
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: no
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-08-28
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      NO
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
      Date: 2023-08-28
      Local time: 12:00
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information

      The total estimated contract value for the entire contract period is NOK 32.5 million. In order to take into account changes in consumption patterns, uncertainties and increased use of the contract on the part of the contracting authority, the contract will still have an upper limit and be valid for consumption up to NOK 4 million excluding VAT.

    4. Procedures for review
      1. Review body
        Oslo tingrett
        Postboks 2106 Vika
        Oslo
        0125
        Norway
        Contact person: 0125
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-07-19

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Норвегия

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт
    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru