Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 25/03/2025
Date de péremption : 28/04/2026
Type de procédure : Procédure concurrentielle avec négociation
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Uniformes militaires - Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441

2025/S 2025-190630  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
59/2025
190630-2025 - Mise en concurrence
Norvège – Uniformes militaires – Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441
OJ S 59/2025 25/03/2025
Avis de marché ou de concession – régime ordinaire
Fournitures - Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: FORSVARSMATERIELL
Adresse électronique: dfrivold@mil.no
Forme juridique de l’acheteur: Contractant du secteur de la défense
Activité du pouvoir adjudicateur: Défense

   2.  Procédure
2.1.
Procédure
Titre: Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441
Description: The Norwegian Defence Materiel Agency hereby announces negotiations for the purpose of entering into framework agreements for belts and magazine box for the Norwegian Armed Forces' penuniforms. The contracts will be for framework agreements consisting of the following sub-areas: Lot 1 BANDOLARY, LIVREM, BLACK, SEA BELT, GUARD BELT, BLACK, HMKG BELT, SERVICE CROSS BANDOLAIREREM, CARRIER STRAP, KÅRDE, SVARTREM, SUSPENSION, BALG, BAJONETT, HMKGTASKE, MAGAZINE parts area 2BELTE, GALLA, GOLD /SILVER, ARMY AND BELT, PARADE, GOLD/SILVER, AIR BELT, LACQUER, ARMY/AIR BELT, PARADE, SABERGE HANGER, SEA PART AREA 3 BELT, PARADE, MENIG, HMQ BELT, PARADE, SERGEANT, HSE AREA 4BELTE, PARADE, SCARF, OF, HMKGBELTE, PARADE, WEB, WHITE, SEA BRACELAIN, WHITE, F.BUTTONS, ALL Each sub-area has in addition two service elements, a part for the development of new products equivalent to those in the product portfolio, and a part for the development of product drawings. See Annex B requirement specifications for further details on the products. Questions shall be sent to Captain David Marinius Frivold through the communication tab in Mercell within the deadlines stated in the progress plan in the Procurement Rules section
   2. 3.1.
Identifiant de la procédure: 7bc9a4ca-34d7-479c-9ef8-d90edb78fe51
Identifiant interne: 2024013441
Type de procédure: Négociée avec publication préalable d’un appel à la concurrence / concurrentielle avec négociation
La procédure est accélérée: non
Principales caractéristiques de la procédure: The contracts will be for framework agreements consisting of the following sub-areas: Lot 1 BANDOLARY, LIVREM, BLACK, SEA BELT, GUARD BELT, BLACK, HMKG BELT, SERVICE CROSS BANDOLAIREREM, CARRIER STRAP, KÅRDE, SVARTREM, SUSPENSION, BALG, BAJONETT, HMKGTASKE, MAGAZINE parts area 2BELTE, GALLA, GOLD /SILVER, ARMY AND BELT, PARADE, GOLD/SILVER, AIR BELT, LACQUER, ARMY/AIR BELT, PARADE, SABERGE HANGER, SEA PART AREA 3 BELT, PARADE, MENIG, HMQ BELT, PARADE, SERGEANT, HSE AREA 4BELTE, PARADE, SCARF, OF, HMKGBELTE, PARADE, WEB, WHITE, SEA BRACELAIN, WHITE, F.BUTTONS, ALLIt is referred to Annex B requirement specification for further details on the products.
2.1.1.
Objet
Nature du marché: Fournitures
Nature supplémentaire du marché: Services
Nomenclature principale (cpv): 35811300 Uniformes militaires
Nomenclature supplémentaire (cpv): 18425000 Ceintures, 18425100 Cartouchières, 18923100 Bourses, 19100000 Cuir, 35812000 Uniformes de combat
2.1.2.
Lieu d’exécution
Adresse postale: Grev Wedels plass 1
Ville: OSLO
Code postal: 0151
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
2.1.3.
Valeur
Valeur estimée hors TVA: 72 000 000,00 NOK
Valeur maximale de l’accord-cadre: 72 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften -
2.1.6.
Motifs d’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 à une organisation criminelle: 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)
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Paiement des cotisations de sécurité sociale: 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?
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441
Description: The Norwegian Defence Materiel Agency hereby announces negotiations for the purpose of entering into framework agreements for belts and magazine box for the Norwegian Armed Forces' penuniforms. The contracts will be for framework agreements consisting of the following sub-areas: Lot 1 BANDOLARY, LIVREM, BLACK, SEA BELT, GUARD BELT, BLACK, HMKG BELT, SERVICE CROSS BANDOLAIREREM, CARRIER STRAP, KÅRDE, SVARTREM, SUSPENSION, BALG, BAJONETT, HMKGTASKE, MAGAZINE parts area 2BELTE, GALLA, GOLD /SILVER, ARMY AND BELT, PARADE, GOLD/SILVER, AIR BELT, LACQUER, ARMY/AIR BELT, PARADE, SABERGE HANGER, SEA PART AREA 3 BELT, PARADE, MENIG, HMQ BELT, PARADE, SERGEANT, HSE AREA 4BELTE, PARADE, SCARF, OF, HMKGBELTE, PARADE, WEB, WHITE, SEA BRACELAIN, WHITE, F.BUTTONS, ALL Each sub-area has in addition two service elements, a part for the development of new products equivalent to those in the product portfolio, and a part for the development of product drawings. See Annex B requirement specifications for further details on the products. Questions shall be sent to Captain David Marinius Frivold through the communication tab in Mercell within the deadlines stated in the progress plan in the Procurement Rules section
   2. 3.1.
Identifiant interne: 2024013441
5.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 35811300 Uniformes militaires
Nomenclature supplémentaire (cpv): 18425000 Ceintures, 18425100 Cartouchières, 18923100 Bourses, 19100000 Cuir, 35812000 Uniformes de combat
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
5.1.3.
Durée estimée
Date de début: 30/10/2025
Date de fin de durée: 31/10/2030
5.1.5.
Valeur
Valeur estimée hors TVA: 72 000 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): non
Le marché en question convient aussi aux petites et moyennes entreprises (PME): oui
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: '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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: "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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Liability insurance
Description: The insured amount in the tenderer ´s liability insurance is the following:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: K2. Economic and financial capacity
Description: QUALIFICATION REQUIREMENT: Tenderers shall have an average annual turnover of minimum NOK 15 million for sub-area
   1.  Tenderers shall have an annual average turnover of minimum NOK 10 million for sub area
   2.  Tenderers shall have an annual average turnover of minimum NOK 4 million for sub area
   3.  The tenderer shall have an average annual turnover of minimum NOK 4 million for sub-area
   4.  DOCUMENTATION REQUIREMENT: The tenderer's Annual Financial Statements (including notes with the Board's and auditor's reports) from the last two years. If the Annual Financial Statements for the last year are not finished before the deadline for requests for this contest expires, the last year's preliminary annual accounts should also be attached. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité économique et financière
Nom: K3 Economic and financial capacity
Description: QUALIFICATION REQUIREMENT: Tenderers shall have the necessary economic and financial capacity to fulfil the contract. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "credit worthy" or equivalent. DOCUMENTATION REQUIREMENT: Credit rating from a certified credit rating company based on the last known accounting figures. The assessment must not be older than 3 months from the tender deadline. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: 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'
Utilisation de ce critère: Non utilisé

Critère:
Type: Autre
Nom: 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'
Utilisation de ce critère: Non utilisé

Critère:
Type: Autre
Nom: K6: Quality assurance system and environmental standard.
Description: QUALIFICATION REQUIREMENT: Tenderers shall have established, adopted and maintained a quality management system that is in accordance with the requirements in ISO 9001:2015 "Management Systems for quality - Requirement". The tenderer's quality management system shall be relevant for what the tenderer shall deliver through the scope of the contract, jf. ISO 9001:2015,
   4. 3 - "Determine the scope of the quality management system". DOCUMENTATION REQUIREMENT: If the tenderer is certified in accordance with ISO 9001:2015, it will be sufficient to present a copy of a valid ISO 9001:2015 certificate, with a scope that is relevant for the scope of the contract and which is issued by a third party accredited certification body. If the tenderer does not have a valid ISO 9001:2015 certificate, the tenderer shall submit a scoped description for the current Quality Management System and a Conformity Matrix, which shows consistency between the tenderer's quality management system and ISO 9001:2015. The conformity matrix shall have reference to documented information (process descriptions, procedures, instructions etc.) in the tenderer ´s quality management system, with reference to the document name/number and the requirements in ISO 9001:2015. Part 1 Annex 5 Conformity Matrix Template shall be used here. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: K7: Quality assurance system and environmental standard.
Description: QUALIFICATION REQUIREMENT: Tenderers shall have established and adopted an environmental management system that as a minimum consists of the following elements: • A system for the company's environmental considerations and environment policy • Strategy for competence in the environmental field • A system for monitoring and controlling the most important qualities of the company's operations that can have a significant impact on the environment. DOCUMENTATION REQUIREMENT: If the tenderer is certified in accordance with ISO 14001:2015 or equivalent standards, it will be sufficient to present a copy of a valid certificate. If other certificates are enclosed than the certificate for ISO 14001:2015, the tenderer must provide an account of, as well as show how the qualification requirement is fulfilled. If the tenderer does not have a valid ISO 14001:2015 certificate, the tenderer shall present a description of the applicable environmental management system. The description must document the elements in the qualification requirement and refer to page numbers where these elements are described. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: K1. Aptitude
Description: QUALIFICATION REQUIREMENT: Tenderers shall be registered in a company register or trade register in the country where the tenderer is established. DOCUMENTATION REQUIREMENT: Norwegian tenderers: • Company Registration Certificate Foreign tenderers: • Confirmation that the tenderer is registered in a company register or trade register in the country where the tenderer is established.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Investigation and research facilities
Description: The tenderer ´s survey and research facilitates are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Environmental management measures
Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Number of employees in the management
Description: The tenderer ´s number of employees in the management during the last three years was as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Average workforce
Description: The tenderer's average annual workforce in the last three years has been as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Tools, materials and technical equipment.
Description: Tenderers can use the following tools, material and technical equipment to carry out the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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?
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: K4: Technical and professional qualifications
Description: Qualification requirement: Tenderers shall have good experience from similar deliveries that can be verified by the Contracting Authority. 'Experience' means a minimum of 3 and maximum 5 references that together fulfil the requirements for 'similar deliveries'. 'similar deliveries' means similar products in main material leather and accompanying metal components with similar construction. Documentation requirement: Overview of the tenderer's three most relevant contracts in the course of the last three years. In order to ensure sufficient competition, documentation for several deliveries and that the tenderer has carried out more than 3 years ago can be considered, but not more than five references. References/end-users of the product must be stated for the reference. The contracting authority reserves the right to contact the tenderer's references. It is the tenderer ´s responsibility to document relevance through the description. The references shall be stated in Part 1 Annex 3 Qualification Requirements Reference Form. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: K5: Technical and professional qualifications
Description: QUALIFICATION REQUIREMENT: Tenderers must have access to technical key personnel with good knowledge of the production of the offered products, or similar products. DOCUMENTATION REQUIREMENT: Overview of central technical personnel. Information shall be provided on the name and position of the central technical personnel. CVs are not requested here. The description shall be given in Part 1 Annex 4 Qualification Requirements Technical personnel Minimum requirements for qualification requirements.
Utilisation de ce critère: Utilisé
5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponibles: norvégien
Adresse des documents de marché: https://permalink.mercell.com/252863756.aspx
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Non autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Variantes: Non autorisée
Date limite de réception des demandes de participation: 28/04/2025 11:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: non
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Nombre maximal de participants: 8
Justification de la durée de l’accord-cadre: The framework agreements ´ length will be five years, as there are particular conditions connected to, among other things, the objective of the contract, investment costs and the user ´s needs in accordance with PPR § 11-1 (4).
Autres acheteurs: N/A
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Oslo Tingrett
Organisation qui fournit des précisions concernant l’introduction des recours: FORSVARSMATERIELL

   8.  Organisations
8.1.
ORG-0001
Nom officiel: FORSVARSMATERIELL
Numéro d’enregistrement: 916075855
Adresse postale: Grev Wedels plass 1
Ville: OSLO
Code postal: 0151
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
Point de contact: David Marinius Frivold
Adresse électronique: dfrivold@mil.no
Téléphone: 474 51 515
Adresse internet: https://FMA.NO
Rôles de cette organisation:
Acheteur
Organisation qui fournit des précisions concernant l’introduction des recours
8.1.
ORG-0002
Nom officiel: Oslo Tingrett
Numéro d’enregistrement: 926725939
Adresse postale: C. J. Hambros plass 4
Ville: OSLO
Code postal: 0164
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
Point de contact: Oslo tingrett
Adresse électronique: oslo.tingrett.notarial@domstol.no
Téléphone: 22 03 52 00
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: fe6cbc21-5680-4ec9-bde7-be939f973fdf - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 24/03/2025 07:18:35 (UTC)
Date d’envoi de l’avis (eSender): 24/03/2025 07:18:35 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 190630-2025
Numéro de publication au JO S: 59/2025
Date de publication: 25/03/2025

 
 
C L A S S E    C P V
18425000 - Ceintures 
18425100 - Cartouchières 
18923100 - Bourses 
19100000 - Cuir 
35811300 - Uniformes militaires 
35812000 - Uniformes de combat