Ausschreibung: Werkzeug - NO-Kjeller Werkzeug Werkzeugmaschinen Teile und Zubehör für Werkzeugmaschinen Handwerkzeug Schlösser, Schlüssel und Scharniere Verbindungselemente Dokument Nr...: 102729-2020 (ID: 2020030209165094406) Veröffentlicht: 02.03.2020 * NO-Kjeller: Werkzeug 2020/S 43/2020 102729 Auftragsbekanntmachung Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Forsvaret v/Forsvarets Logistikkorganisasjon Nationale Identifikationsnummer: 988517860 Postanschrift: Fetveien 80-84 Ort: Kjeller NUTS-Code: NO Postleitzahl: 2007 Land: Norwegen Kontaktstelle(n): Axel Severin Cappelen E-Mail: [6]acappelen@mil.no Telefon: +47 63808115 Internet-Adresse(n): Hauptadresse: [7]https://permalink.mercell.com/124329985.aspx I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [8]https://permalink.mercell.com/124329985.aspx Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [9]https://permalink.mercell.com/124329985.aspx I.4)Art des öffentlichen Auftraggebers Ministerium oder sonstige zentral- oder bundesstaatliche Behörde einschließlich regionaler oder lokaler Unterabteilungen I.5)Haupttätigkeit(en) Verteidigung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: 2019012706 Tools, Workshop Material and Associated Products and Services II.1.2)CPV-Code Hauptteil 44510000 II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: The aim of the framework agreement is to cover the contracting authority's need for tools, workshop material and associated products and services of good quality in a cost efficient way, at the same time that focus is put on level-headedness, control and management of consumption. It is important for the contracting authority to have security of supplies for this material that can directly affect military production. Furthermore, the aim is to ensure good collaboration with a loyal collaboration partner with good knowledge and experience who has the continual ability to work proactively and future-orientated for, amongst other things, reduced environmental impact, optimisation and standardisation of the assortment and control of consumption and procurements through catalogue and analysis work and follow-up. Click here [10]https://permalink.mercell.com/124329985.aspx II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 570 000 000.00 NOK II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 42600000 42670000 44511000 44520000 44530000 II.2.3)Erfüllungsort NUTS-Code: NO II.2.4)Beschreibung der Beschaffung: The Tenderer must, in accordance with the framework agreement, deliver tools, workshop material and associated products within the following product groups: Hand tools, electrical tools, machines and accessories, workplace products, fixing products, consumables, hydraulics, height access equipment, stores, environment articles, measuring tools, pneumatics, cleaning, sanding and cutting, welding, technical sealing, lifting equipment and pressurised air, as well as associated services as described in the framework agreement. See Annex B point 2 for further details on the delivery and example products within the categories. Products and services must be delivered to all of the contracting authority's locations nationwide. See [11]www.forsvaret.no for an overview of the contracting authority's locations. The framework agreement that will be signed will have an estimated total value of 570 000 000 NOK excluding VAT, including options for an extension. The estimate is made on the basis of previous figures and anticipated future use according to the contracting authority's best judgement. The same applies to the estimated number of products and services given in Annex D. The estimates are not binding for call-offs or procurements. The concrete call-offs are dependent on the users changing need during the framework agreement period. These may vary in particular depending on completed exercises, placements, etc. in the contract period. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 570 000 000.00 NOK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The contracting authority can extend the framework agreement once or several times for a further 4 years. II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Geplante Mindestzahl: 5 Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern: Sales outlets in relation to other locations: The tenderers will get credit based on how many of the locations in Annex B-1 nos. 6-19 the tenderer has a sales outlet less than 2 hours travel time by car. If a tenderer can offer this for all the locations, they will get maximum credit under this point. Sales outlet is defined in the notice's ESPD form under the qualification requirement for sales outlet. If a tenderer will rely on the capacity of other companies, the tenderer must document that they can use the required resources. This can be documented by, for example, attaching a signed commitment statement from these companies, see Part 1 Annex 1 Commitment statement. Tenderers' responses will be awarded points on a scale from 1-14 based on how many of the locations a tenderer has a relevant sales outlet for. The 5 tenderers with the highest number of points, possibly all with maximum credit, will be invited to submit a tender. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: The contracting authority can extend the framework agreement once or several times for a further 4 years. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: Tenderers must be registered in a company register or a trade register in the country where the tenderer is established. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The tenderer shall have sufficient economic and financial capacity to provide the service. The contracting authority will, amongst other things, assess key figures such as the operating margin, degree of liquidity and equity ratio. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Requirements for: experience, sufficient staff, sales outlets located at selected locations, quality assurance system and an environmental management system. See the ESPD form for further information. III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Nichtoffenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [12]2018/S 250-578458 IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 03/04/2020 Ortszeit: 10:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber Tag: 08/04/2020 IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Norwegisch IV.2.6)Bindefrist des Angebots Das Angebot muss gültig bleiben bis: 31/07/2020 IV.2.7)Bedingungen für die Öffnung der Angebote Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: ja Voraussichtlicher Zeitpunkt weiterer Bekanntmachungen: When the framework agreement that is signed pursuant to this procurement expires. VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Oslo tingrett Postanschrift: Postboks 2106 Vika Ort: Oslo Postleitzahl: 0125 Land: Norwegen VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 26/02/2020 References 6. mailto:acappelen@mil.no?subject=TED 7. https://permalink.mercell.com/124329985.aspx 8. https://permalink.mercell.com/124329985.aspx 9. https://permalink.mercell.com/124329985.aspx 10. https://permalink.mercell.com/124329985.aspx 11. http://www.forsvaret.no/ 12. https://ted.europa.eu/udl?uri=TED:NOTICE:578458-2018:TEXT:DE:HTML OT: 02/03/2020 S43 Supplies - Contract notice - Restricted procedure Norway-Kjeller: Tools 2020/S 043-102729 Contract notice Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Forsvaret v/Forsvarets Logistikkorganisasjon National registration number: 988517860 Postal address: Fetveien 80-84 Town: Kjeller NUTS code: NO Postal code: 2007 Country: Norway Contact person: Axel Severin Cappelen E-mail: [6]acappelen@mil.no Telephone: +47 63808115 Internet address(es): Main address: [7]https://permalink.mercell.com/124329985.aspx I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [8]https://permalink.mercell.com/124329985.aspx Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [9]https://permalink.mercell.com/124329985.aspx I.4)Type of the contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions I.5)Main activity Defence Section II: Object II.1)Scope of the procurement II.1.1)Title: 2019012706 Tools, Workshop Material and Associated Products and Services II.1.2)Main CPV code 44510000 II.1.3)Type of contract Supplies II.1.4)Short description: The aim of the framework agreement is to cover the contracting authority's need for tools, workshop material and associated products and services of good quality in a cost efficient way, at the same time that focus is put on level-headedness, control and management of consumption. It is important for the contracting authority to have security of supplies for this material that can directly affect military production. Furthermore, the aim is to ensure good collaboration with a loyal collaboration partner with good knowledge and experience who has the continual ability to work proactively and future-orientated for, amongst other things, reduced environmental impact, optimisation and standardisation of the assortment and control of consumption and procurements through catalogue and analysis work and follow-up. Click here [10]https://permalink.mercell.com/124329985.aspx II.1.5)Estimated total value Value excluding VAT: 570 000 000.00 NOK II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 42600000 42670000 44511000 44520000 44530000 II.2.3)Place of performance NUTS code: NO II.2.4)Description of the procurement: The Tenderer must, in accordance with the framework agreement, deliver tools, workshop material and associated products within the following product groups: Hand tools, electrical tools, machines and accessories, workplace products, fixing products, consumables, hydraulics, height access equipment, stores, environment articles, measuring tools, pneumatics, cleaning, sanding and cutting, welding, technical sealing, lifting equipment and pressurised air, as well as associated services as described in the framework agreement. See Annex B point 2 for further details on the delivery and example products within the categories. Products and services must be delivered to all of the contracting authority's locations nationwide. See [11]www.forsvaret.no for an overview of the contracting authority's locations. The framework agreement that will be signed will have an estimated total value of 570 000 000 NOK excluding VAT, including options for an extension. The estimate is made on the basis of previous figures and anticipated future use according to the contracting authority's best judgement. The same applies to the estimated number of products and services given in Annex D. The estimates are not binding for call-offs or procurements. The concrete call-offs are dependent on the users changing need during the framework agreement period. These may vary in particular depending on completed exercises, placements, etc. in the contract period. II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 570 000 000.00 NOK II.2.7)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 framework agreement once or several times for a further 4 years. II.2.9)Information about the limits on the number of candidates to be invited Envisaged minimum number: 5 Objective criteria for choosing the limited number of candidates: Sales outlets in relation to other locations: The tenderers will get credit based on how many of the locations in Annex B-1 nos. 6-19 the tenderer has a sales outlet less than 2 hours travel time by car. If a tenderer can offer this for all the locations, they will get maximum credit under this point. Sales outlet is defined in the notice's ESPD form under the qualification requirement for sales outlet. If a tenderer will rely on the capacity of other companies, the tenderer must document that they can use the required resources. This can be documented by, for example, attaching a signed commitment statement from these companies, see Part 1 Annex 1 Commitment statement. Tenderers' responses will be awarded points on a scale from 1-14 based on how many of the locations a tenderer has a relevant sales outlet for. The 5 tenderers with the highest number of points, possibly all with maximum credit, will be invited to submit a tender. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: The contracting authority can extend the framework agreement once or several times for a further 4 years. II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Section III: Legal, economic, financial and technical information III.1)Conditions for participation III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: Tenderers must be registered in a company register or a trade register in the country where the tenderer is established. III.1.2)Economic and financial standing List and brief description of selection criteria: The tenderer shall have sufficient economic and financial capacity to provide the service. The contracting authority will, amongst other things, assess key figures such as the operating margin, degree of liquidity and equity ratio. III.1.3)Technical and professional ability List and brief description of selection criteria: Requirements for: experience, sufficient staff, sales outlets located at selected locations, quality assurance system and an environmental management system. See the ESPD form for further information. III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Restricted procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.1)Previous publication concerning this procedure Notice number in the OJ S: [12]2018/S 250-578458 IV.2.2)Time limit for receipt of tenders or requests to participate Date: 03/04/2020 Local time: 10:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 08/04/2020 IV.2.4)Languages in which tenders or requests to participate may be submitted: Norwegian IV.2.6)Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 31/07/2020 IV.2.7)Conditions for opening of tenders Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: yes Estimated timing for further notices to be published: When the framework agreement that is signed pursuant to this procurement expires. VI.2)Information about electronic workflows VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Oslo tingrett Postal address: Postboks 2106 Vika Town: Oslo Postal code: 0125 Country: Norway VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 26/02/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de