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


Furniture (Норвегия - Тендер #46433269)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Норвегия (другие тендеры и закупки Норвегия)
Организатор тендера: Forsvaret v/Forsvarets logistikkorganisasjon
Номер конкурса: 46433269
Дата публикации: 26-09-2023
Сумма контракта: 2 359 057 403 (Российский рубль) Цена оригинальная: 425 000 000 (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
2023092120231030 12:00Ministry or any other national or federal authorityContract noticeSuppliesOpen procedureEuropean Economic Area (EEA), with participation by GPA countriesSubmission for all lotsThe most economic tenderDefence03B0203
  1. Section I
    1. Name and addresses
      Forsvaret v/Forsvarets logistikkorganisasjon
      Lysaker Torg 45
      Lysaker
      1366
      Norway
      Telephone: +47 63808577
      E-mail: innygaard@mil.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/212214680.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/212214680.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:

        2023000978 - Furniture and fixtures with associated products and services

        Reference number: 2023000978
      2. Main CPV code:
        39100000
      3. Type of contract:
        Supplies
      4. Short description:

        The Norwegian Defence Logistics Organisation (NDLO) would like to enter into a framework agreement in order to cover the Norwegian Defence"s and the other users" need for furniture and fixtures with associated products and services. 

      5. Estimated total value:
        Value excluding VAT: 425 000 000.00 NOK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        39110000, 39114100, 39120000, 39130000, 39134000, 39142000, 39143000, 39150000, 39151000, 39153000, 39155000, 39156000, 39157000, 39200000, 39290000, 50850000
      3. Place of performance:
      4. Description of the procurement:

        The framework agreement will include furniture and fixtures for offices, office environments, social zones, residential environments, teaching rooms, canteens, etc. It also includes products and services that belong to the delivery of furniture and fixtures, for example, assembly, installation, and consultancy services, and repair and maintenance services. The estimated value for the framework agreement is NOK 425 million excluding VAT, and the maximum value is NOK 510 million excluding VAT, including all users and options over the maximum duration of the contract. See the attached tender documentation for the requirements specification, award criteria, and further information. 

      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: 425 000 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 12
        This contract is subject to renewal: yes
        Description of renewals:

        The contracting authority reserves the unilateral right to extend the framework agreement one or more times up to further three years. The maximum duration of the framework agreement is therefore four years.

      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:

      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:
  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:

        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 2: Norwegian tenderers: Company registration certificate. Foreign tenderers: Confirmation that the tenderer is registered in a company register or a trade register in the country where the tenderer is established.

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

        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. It is sufficient to fulfil the requirement if the tenderer has achieved credit rating ‘credit worthy’ or equivalent. 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.

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

        Qualification requirements 3, 4, 5 and 6.

        Minimum level(s) of standards possibly required:

        QUALIFICATION REQUIREMENT 3: Tenderers must have experience from similar deliveries as regards, amongst other things, the size of the contract value, scope of the product spectrum, and delivery to customers with more than 25 delivery places. DOCUMENTATION REQUIREMENT 3: An overview of the tenderer"s 3 most relevant assignments in the last 3 years. In order to ensure sufficient competition, documentation of deliveries that the tenderer carried out more than 3 years ago can also be taken into consideration. The overview must include a report of: - The assignment value - Dates - Recipient information (name, telephone number and email address) - Brief description of the delivery. 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. QUALIFICATION REQUIREMENT 4: Tenderers must have sufficient capacity to carry out the delivery. DOCUMENTATION REQUIREMENT 4: A description must be given of the tenderer"s technical personnel or technical entities at the tenderer"s disposal to fulfil the contract. QUALIFICATION REQUIREMENT 5: Tenderers must have a good and well-functioning quality assurance system. This means that the tenderer must have procedures to ensure that all laws and regulations covering the part of the company that will work with this framework agreement are upheld. DOCUMENTATION REQUIREMENT 5: Description of the tenderer"s quality assurance system, including methods for quality assurance. If a tenderer is certified in accordance with the ISO 9001:2015 or equivalent standards, it is sufficient to present a copy of a valid certificate. QUALIFICATION REQUIREMENT 6: Tenderers must have an environment management system that, as a minimum, consists of the following elements: - A system for the company"s environment considerations and environment policy. - Procedures for the execution of the service in an environmentally appropriate manner. DOCUMENTATION REQUIREMENT 6: A description of the tenderer"s environment management system that is relevant for the contract"s delivery scope, and which, as a minimum, covers the points in the qualification requirement. If a tenderer is certified in accordance with ISO 14001-2015, Eco-lighthouse, EMAS or equivalent standards, it is sufficient to present a copy of a valid certificate.

      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 a single operator
    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: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-10-30
      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:
      Tender must be valid until: 2024-04-01
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
      Date: 2023-10-30
      Local time: 12:00
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information
    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
      2023-09-21

  • 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 © 2008-2025, 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