Occupational clothing (Норвегия - Тендер #46227045) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Forsvaret v/Forsvarets logistikkorganisasjon Номер конкурса: 46227045 Дата публикации: 19-09-2023 Сумма контракта: 1 665 216 990 (Российский рубль) Цена оригинальная: 300 000 000 (Норвежская крона) Источник тендера: Единая система закупок Европейского союза TED |
||
2023032168 - Framework agreement for workwear, protective clothing, protective equipment and associated products and services
Reference number: 2023032168The procurement shall cover the Contracting Authority"s need for workwear, protective clothing, protective equipment and associated products and services of high quality through the establishment of a framework agreement with one supplier. The contracting authority has a continual need for workwear, protective clothing, and protective equipment, with and without the contracting authority"s logo and text.
The framework agreement has an estimated value of NOK 180 million excluding VAT during the maximum period of the framework agreement including all options, and a maximum value of total NOK 300 million excluding VAT during the maximum period of the framework agreement including all options
The framework agreement will cover the defence sector"s need for workwear, protective clothing, and protective equipment for many different types of work, for example within:
- Electrical work
- Plumbing work
- Welding
- Painting work
- Carpentry work
- Mechanical work
- Salvage work (with a strict need for visibility), etc.
- Cleaning work
The contracting authority has, thus, a need for a broad spectrum of products with and without a logo within the framework agreement"s product groups that tolerate tough and frequent use and that provide good protection in demanding environments.
Furthermore, the contracting authority has a need for associated services, for example, adding a logo, supplier-managed stock, and scanning and measuring feet in order to find the correct sole, work shoes, and/or protective shoes for the final users.
Products and services must be delivered to all of the Contracting Authority´s locations. See www.forsvaret.no/fakta/tjenestesteder for an overview of the Contracting Authority´s locations.
The tenderer must, in accordance with the framework agreement, deliver workwear, protective clothing, protective equipment, and associated products and services within the following product groups:
1) Clothing
2) Footwear
3) Head protection
4) Hearing protection
5) Hand protection
6) Body protection
7) Eye protection
8) Respiration protection and masks
9) Logo and text
The framework agreement has an estimated value of NOK 180 million excluding VAT during the maximum period of the framework agreement including all options, and a maximum value of total NOK 300 million excluding VAT during the maximum period of the framework agreement including all options
See Part II (General Contract Provisions), Appendix B (Requirements Specification), and Appendix D (Requirements and Price Matrix) for further information on the scope of the framework agreement.
The contracting authority has the right to extend the framework agreement one or more times for a further 3 years and 4 months. The maximum framework agreement period, including the options is 4 years.
Option 1; Stock accumulation
The Contracting Authority has an option for stock accumulation for call-off of protective clothing and protective equipment to be used for fuel management.
The estimated value of the option is approx. NOK 19-52 million excluding VAT during the maximum period of the framework agreement. The option"s estimated value is included in the estimated and maximum value of the framework agreement. The option shall be executed on the same terms as the rest of the framework agreement.
Option 2 Supplier-managed storage at additional locations:
The contracting authority has an option for supplier-managed storage facilities at additional Armed Forces locations than those listed in the table in Appendix A Special Contractual Provisions, point 2.
The value of the option is included in the estimated and maximum value of the framework agreement. The option shall be executed on the same terms as the rest of the framework agreement, cf. Appendix A Special Contractual Provisions point 2 and Appendix C-1 Supplier managed storage.
See the Procurement rules, point 1.5.2 for further information.
QUALIFICATION REQUIREMENT 1: Tenderers must be registered in a company register or a trade register in the country where the tenderer is established. DOCUMENTATION REQUIREMENT 1: Norwegian tenderers: Company registration certificate. Foreign tenderers: Confirmation that the tenderer is registered in a company register, professional register or a trade register in the state where the tenderer is established.
Qualification requirement 2
Minimum level(s) of standards possibly required:QUALIFICATION REQUIREMENT 2: Tenderers must have the required economic and financial capacity to fulfil the contract. A credit rating of "credit worthy" or equivalent will be sufficient to fulfil the requirement. DOCUMENTATION REQUIREMENT 2: Credit rating from a certified credit rating agency, based on the last accounting figures. The rating must not be older than 3 months.
Qualification requirements 3, 4, 5 and 6.
Minimum level(s) of standards possibly required:QUALIFICATION REQUIREMENT 3: The tenderer must have good experience from similar deliveries. Similar deliveries means that the tenderer has invoiced for more than NOK 5 million a year for workwear, protective clothing, and protective equipment, and have delivered this to several regions or counties or equivalent.
DOCUMENTATION REQUIREMENT 3: An overview of the tenderer"s three most relevant contracts in the last 5 years must be given in Annex 8 - Reference Form. To ensure sufficient competition, documentation of deliveries that the tenderer carried out more than 5 years ago can also be taken into consideration. The contracting authority comments that only the number of deliveries in accordance with the qualification requirement are to be submitted. If the number of deliveries is exceeded, only the three latest started deliveries will be assessed. The references will be assessed as to whether they, after a general assessment, are "similar deliveries" based on the elements stated in the qualification requirement. It is the tenderer"s responsibility to document relevance through the description. The contracting authority reserves the right to contact the tenderer"s listed references.
QUALIFICATION REQUIREMENT 4: Tenderers must have established, use, and maintained a management system for quality that is in accordance with the requirements in ISO 9001:2015 Management Systems for Quality.. The tenderer"s management system for quality must be relevant for what the tenderer will deliver under the delivery scope of the contract, cf. ISO 9001:2015, 4.3 - Determine the scope of the management system for quality.
DOCUMENTATION REQUIREMENT 4: If a tenderer is certified in accordance with ISO 9001:2015, it will be sufficient to submit a copy of a valid ISO 9001:2015 certificate, with a scope that is relevant for the scope of the delivery, and which was issued by a third party accredited certification body. If a tenderer does not have a valid ISO 9001:2015 certificate, the tenderer must submit a description of the scope of the current management system for quality, and a conformity matrix that shows conformity between the tenderer"s management system for quality and ISO 9001:2015. The conformity matrix must refer to documented information (process descriptions, procedures, instructions, etc.) in the tenderer"s management system for quality, with reference to the document name/number and the requirements in ISO 9001:2015.
QUALIFICATION REQUIREMENT 5: Tenderers must have a documented and valid environment management system with routines and structure that demonstrate how the tenderer safeguards relevant environmental considerations related to the services that will be delivered. The system must be connected with (an) executive entity/entities, and as a minimum must include: 1. an environment policy 2. an overview of the most significant environmental effects (environmental aspects) from the company 3. proof that the company sets environment requirements for its sub-suppliers 4. a description of the organisation and division of responsibility in environment work 5. a description of the company"s preparedness plan for handling emergency situations with risk of unfavourable environmental effects 6. a description of the resources that are necessary to establish, implement, maintain and continually improve the environment management system.
DOCUMENTATION REQUIREMENT 5: If a tenderer is certified in accordance with ISO 14001:2015, EMAS, Eco-Lighthouse Scheme, or equivalent standards, it will be sufficient to submit a copy of a valid certificate, with a scope that is relevant for the scope of the delivery, and which was issued by a third party accredited certification body. If a tenderer does not have a valid ISO 14001:2015, EMSA, Eco-Lighthouse Scheme, or equivalent standard certificate, the tenderer must submit a description of the implemented environment management system that is relevant for the scope of the contract, and which as a minimum covers the points in the qualification requirement.
QUALIFICATION REQUIREMENT 6: Tenderers must have established a quality assurance system for ethical trade. The system must ensure that the tenderer is suited to fulfil the contract obligations for ethical trade, see Annex G Ethical Requirements. The quality assurance system must, as a minimum, include: -Traceability in the supplier chain; a description of selected important supplier chains for this procurement. - Anchorage and implementation of ethical requirements in the supplier chain; ethical guidelines/Code of Conduct, and a declaration that these apply in the supplier chains connected to the procurement.
DOCUMENTATION REQUIREMENT 6: Completed Part 1 Annex 3B - Qualification Requirements for Ethical Trade. Note that in addition documentation must be submitted as requested in the annex; i. a description of the supplier chain for the three selected products, and ii) the tenderer"s, or another actor"s Code of Conduct. See Annex 3B for further information on what must be attached.
When this framework agreement expires.