New Stavanger University Hospital - K3303 Automatic fire extinguishing system for helipads.

Nye SUS hereby invites tenderers to an open tender contest, cf. foa § 13-1 (1), for K3303 Automatic fire extinguishing system helipad in connection with the first construction stage new university hospital at Ullandhaug in Stavanger. The entire tender documentation can be obtained from a web hotel: Link: http://helsestavanger.itbase.no/SUS2023Anbudsmapper/ User …

CPV: 24951220 Agentes para extintores de incendios, 35111000 Equipo de extinción de incendios, 35111500 Sistemas de extinción de incendios, 35111520 Espuma para la extinción de incendios o compuestos análogos
Plazo:
23 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
New Stavanger University Hospital - K3303 Automatic fire extinguishing system for helipads.
Organismo adjudicador:
Sykehusbygg HF
Número de premio:
K3303

1. Buyer

1.1 Buyer

Official name : Sykehusbygg HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

1.1 Buyer

Official name : Helse Stavanger HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : New Stavanger University Hospital - K3303 Automatic fire extinguishing system for helipads.
Description : Nye SUS hereby invites tenderers to an open tender contest, cf. foa § 13-1 (1), for K3303 Automatic fire extinguishing system helipad in connection with the first construction stage new university hospital at Ullandhaug in Stavanger. The entire tender documentation can be obtained from a web hotel: Link: http://helsestavanger.itbase.no/SUS2023Anbudsmapper/ User name and password will be sent as "Additional Information" upon registration in Mercell.
Procedure identifier : 82cd998d-9722-4923-845f-e364e8b46b2e
Internal identifier : K3303
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement is for a complete delivery of the foam installations themselves, including system delivery, performance requirements and verification of the system. Installation of pipes, electro and components will be carried out as separate contracts.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35111500 Fire suppression system
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111520 Fire suppression foam or similar compounds

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 6 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
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?
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 : New Stavanger University Hospital - K3303 Automatic fire extinguishing system for helipads.
Description : Nye SUS hereby invites tenderers to an open tender contest, cf. foa § 13-1 (1), for K3303 Automatic fire extinguishing system helipad in connection with the first construction stage new university hospital at Ullandhaug in Stavanger. The entire tender documentation can be obtained from a web hotel: Link: http://helsestavanger.itbase.no/SUS2023Anbudsmapper/ User name and password will be sent as "Additional Information" upon registration in Mercell.
Internal identifier : K3303

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35111500 Fire suppression system
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111520 Fire suppression foam or similar compounds
Options :
Description of the options : See part I Competition Description

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2024
Duration end date : 31/03/2025

5.1.5 Value

Estimated value excluding VAT : 6 500 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : 3.3 The tenderer's economic and financial solidity
Description : Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must as a minimum be credit worthy. Documentation requirement: As documentation, the contracting authority will obtain a credit rating. The contracting authority subscribes to services from Bisnode (D&B). Tenderers must achieve a minimum rating of A (credit worthy). It is a prerequisite that the tenderer has known registered information about the company and hereby agrees by submitting the tender to collect and form the basis for assessing the tenderer's financial conditions. If there is doubt about whether the tenderer fulfils the requirement, the contracting authority may require further documentation of the financial capacity. Tenderers can be assessed separately in the case of mergers/acquisitions/new businesses. Foreign companies: Applicants outside the Nordic countries must submit a credit rating that documents the requirement for credit worthiness equivalent to A - credit worthy. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : 3.2 The organisational and legal conditions of the tenderer
Description : Demand: Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Documentation that the company is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 3.2 The organisational and legal conditions of the tenderer
Description : Demand: Tenderers must not have significant tax and VAT arrears. Documentation requirement: Norwegian companies: Tenderers shall document the requirement by presenting a tax and VAT certificate, or an approved repayment plan. The certificate must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender. Tenderers can order these certificates themselves through Altinn. Foreign companies: Certificate issued by the relevant authority in the tenderer ́s home country that confirms that the tenderer has fulfilled his obligations regarding duties in accordance with the legal provisions in the country where the tenderer is established. Documentation shall be delivered in Norwegian/Scandinavian/English. A translation shall be enclosed with the original certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 3.4 The tenderer ́s technical and professional qualifications.
Description : Demand Tenderers shall have sufficient experience to carry out the assignment. The requirement will be seen as fulfilled if the tenderer can refer to three reference projects during the last ten years with the following characteristics: • The contractor has carried out and been responsible for equivalent deliveries. For contractors who submit joint tenders, or who rely on other companies ́ resources to fulfil the qualification requirements, this requirement must be fulfilled fully by the company that shall have the coordination role in the project. Documentation requirement: The contracting authority has prepared a form that the tenderer shall use to respond to both this qualification requirement and the selection criteria in point 4.4. (See the tender documentation. Annex 1.1) The form states what information the tenderer shall provide. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 3.4 The tenderer ́s technical and professional qualifications.
Description : Demand: The tenderer shall have the necessary capacity and competence to meet the needs of the execution of the assignment. Documentation requirement: Tenderers shall enclose an overview of manpower for this assignment, e.g. - Description of the organisation of the assignment (organisation chart etc.), including planned manpower and/or key roles. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/236152330.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 23/09/2024 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett

8. Organisations

8.1 ORG-0001

Official name : Sykehusbygg HF
Registration number : 814630722
Postal address : Holtermanns veg 3
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Jonas Berglind
Telephone : 97187462
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Helse Stavanger HF
Registration number : 983974678
Town : Stavanger
Country : Norway
Telephone : 97187462
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0003

Official name : Sør-Rogaland Tingrett
Registration number : 926 723 448
Town : Stavanger
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : d53202ef-fea7-44f2-813a-efdde6fdeefe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/08/2024 05:50 +00:00
Notice dispatch date (eSender) : 21/08/2024 06:54 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00503854-2024
OJ S issue number : 163/2024
Publication date : 22/08/2024