Framework agreement for heavier logistical equipment

In order to ensure a good flow of goods on new external goods receipt and all the way to the final user in the Government Block, FM:LOP needs a number of new procurements of logistics equipment. The need includes, among other things, counter weight lift, tow tractors, pallet ladders, pallet …

CPV: 42000000 Maquinaria industrial, 42400000 Equipos de elevación y manipulación, y sus partes, 42410000 Equipos de elevación y de manipulación, 42414000 Grúas, pórticos móviles sobre neumáticos y carretillas grúa, 42415000 Carretillas elevadoras de horquilla, carretillas-automóviles, carretillas tractor de estación de ferrocarril, 42415200 Carretillas-automóviles, 42419000 Partes de equipos de elevación y manipulación
Plazo:
15 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for heavier logistical equipment
Organismo adjudicador:
Departementenes sikkerhets- og serviceorganisasjon
Número de premio:
24/432

1. Buyer

1.1 Buyer

Official name : Departementenes sikkerhets- og serviceorganisasjon
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for heavier logistical equipment
Description : In order to ensure a good flow of goods on new external goods receipt and all the way to the final user in the Government Block, FM:LOP needs a number of new procurements of logistics equipment. The need includes, among other things, counter weight lift, tow tractors, pallet ladders, pallet truck, electric jack trolleys, as well as other logistical equipment that can contribute to making the flow of goods more efficient. The forklifts shall be used for receiving pallets of various sizes, placement on pallet racks and freight of cages, waste containers etc. All the machines shall be electric. The contract will and will include annual expert inspections for 5 years on the machines that are purchased. We anticipate that the need for procurements will be greatest in the first year after the contract has been signed. There will, however, be a need for further investments of equipment for moving goods in line with the development of the new government block, and further development of technology and machines in the market. The estimated value of the framework agreement is from NOK 2,000,000 to NOK 8,000,000. Excluding VAT. The framework agreement shall have a total duration of four years from when the contract is signed, the main period will be 2 years in addition to an option year (2+1+1).
Procedure identifier : 194937f4-95ce-4de5-bf33-a7c629bc063a
Internal identifier : 24/432
Type of procedure : Other single stage procedure
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42410000 Lifting and handling equipment
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42400000 Lifting and handling equipment and parts
Additional classification ( cpv ): 42414000 Cranes, mobile lifting frames and works trucks fitted with a crane
Additional classification ( cpv ): 42415000 Forklift trucks, works trucks, railway-station platforms tractors
Additional classification ( cpv ): 42415200 Works trucks
Additional classification ( cpv ): 42419000 Parts of lifting and handling equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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, in the event a enforceable verdict has 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 Combating Corruption, Involving European Communities or 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 time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no 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 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of 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 a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As 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 time a legally convicted of fraud has 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? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (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, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can 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 activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 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 technical ID : LOT-0000

Title : Framework agreement for heavier logistical equipment
Description : In order to ensure a good flow of goods on new external goods receipt and all the way to the final user in the Government Block, FM:LOP needs a number of new procurements of logistics equipment. The need includes, among other things, counter weight lift, tow tractors, pallet ladders, pallet truck, electric jack trolleys, as well as other logistical equipment that can contribute to making the flow of goods more efficient. The forklifts shall be used for receiving pallets of various sizes, placement on pallet racks and freight of cages, waste containers etc. All the machines shall be electric. The contract will and will include annual expert inspections for 5 years on the machines that are purchased. We anticipate that the need for procurements will be greatest in the first year after the contract has been signed. There will, however, be a need for further investments of equipment for moving goods in line with the development of the new government block, and further development of technology and machines in the market. The estimated value of the framework agreement is from NOK 2,000,000 to NOK 8,000,000. Excluding VAT. The framework agreement shall have a total duration of four years from when the contract is signed, the main period will be 2 years in addition to an option year (2+1+1).
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42410000 Lifting and handling equipment
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42400000 Lifting and handling equipment and parts
Additional classification ( cpv ): 42414000 Cranes, mobile lifting frames and works trucks fitted with a crane
Additional classification ( cpv ): 42415000 Forklift trucks, works trucks, railway-station platforms tractors
Additional classification ( cpv ): 42415200 Works trucks
Additional classification ( cpv ): 42419000 Parts of lifting and handling equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers shall have sufficient economic and financial capacity to fulfil a contract of an equivalent nature and scope, where, among other things, being creditworthy without any requirement for collateral will be adequate.
Description : A credit rating with key figures from a certified credit rating company or other form of documentation to demonstrate that the requirement has been met. The credit rating shall include the credit rating degree (rating) of the tenderer - typically indicated by a rating code or brief text. The assessment shall include, or be attached, an explanation on the rating code/scale of possible rating codes. The assessment should be based on the last annual accounts.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Norwegian companies: Company Registration Certificate or printout from the Register of Business Units for non-registration obliged individual companies. • Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from contracts of the same nature. This is in this context referred to as assignments that have included equipment listed below: - Delivery of a roperacotor, counter-regrowth, pallet sabres, pallet thrusters and similar heavy logistical equipment.
Description : Description of up to three of the tenderer's most relevant contracts in the last three years. The descriptions must also include the contract value, date and name of the recipient (if possible). It is not a requirement that each individual contract must include all of the mentioned products in the same delivery. The deliveries are also not required to have an equivalent value to this assignment. It is crucial that the tenderer, in total, can refer to having delivered these goods in previous contracts.
Use of this criterion : Not used

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 15/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett
Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Departementenes sikkerhets- og serviceorganisasjon
Registration number : 974 761 424
Postal address : Postboks 8129 Dep
Town : Oslo
Postcode : 0032
Country : Norway
Contact point : Solveig Skrivervik
Telephone : +47 22249090
Internet address : https://www.dss.dep.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Department : Oslo
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 9b6a532d-b86c-4142-8969-9a4539665059 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/09/2024 13:13 +00:00
Notice dispatch date (eSender) : 13/09/2024 13:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00557724-2024
OJ S issue number : 181/2024
Publication date : 17/09/2024