The Norwegian Police Shared Services (Politiets fellestjenester, PFT) shall enter into a framework agreement for the procurement of eye tests and terminal glasses for the Norwegian Police Service (Politiet) and the Police Security Service (Politiets sikkerhetstjeneste, PST).
Frist
Fristen for mottak av tilbud var 2024-01-26.
Anskaffelsen ble publisert 2023-12-20.
Kunngjøring av konkurranse (2023-12-20) Gjenstand Anskaffelsens omfang
Tittel: Eye exams and terminal glasses
Referansenummer: PFT23/35478
Kort beskrivelse:
“The Norwegian Police Shared Services (Politiets fellestjenester, PFT) shall enter into a framework agreement for the procurement of eye tests and terminal...”
Kort beskrivelse
The Norwegian Police Shared Services (Politiets fellestjenester, PFT) shall enter into a framework agreement for the procurement of eye tests and terminal glasses for the Norwegian Police Service (Politiet) and the Police Security Service (Politiets sikkerhetstjeneste, PST).
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Briller📦
Estimert verdi eksklusive mva: 20 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The Norwegian Police Shared Services (Politiets fellestjenester, PFT) shall enter into a framework agreement for the procurement of eye tests and terminal...”
Beskrivelse av anskaffelsen
The Norwegian Police Shared Services (Politiets fellestjenester, PFT) shall enter into a framework agreement for the procurement of eye tests and terminal glasses for the Norwegian Police Service (Politiet) and the Police Security Service (Politiets sikkerhetstjeneste, PST).
Vis mer
Tilleggsinformasjon:
“The contract will be entered into as a parallel framework agreement with up to two tenderers. See the competition rules and annex 1 for further information...”
Tilleggsinformasjon
The contract will be entered into as a parallel framework agreement with up to two tenderers. See the competition rules and annex 1 for further information on the call-off model.
The procurement has an estimated extent of NOK 2.5 million excluding VAT per year, total NOK 10 million excluding VAT over the contract period of up to four years. The contract will be valid for a call-off of up to NOK 20 million excluding VAT.
The contract will be signed for a two year period. The contracting authority has the option to extend the contract for up to a further 1+1 year. The maximum agreement period, including options, is four years.
Vis mer
Tilleggsprodukter/-tjenester: Brilleglass📦
Tilleggsprodukter/-tjenester: Bøyler og innfatninger til briller📦
Tilleggsprodukter/-tjenester: Glass til briller📦
Tilleggsprodukter/-tjenester: Optikertjenester📦
Hovedsted eller utførelsessted:
“The agreement shall be entered into as a national framework agreement.”
Varighet: 2 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Tildelingskriterier
Pris ✅
Pris (vekting): 60
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vekting): 40
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-01-26 12:00:00 📅
Vilkår for åpning av tilbud: 2024-01-26 12:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 3
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirement for economic and financial capacity.: Qualification requirement:
Tenderers must have sufficient economic and financial capacity to fulfil the...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirement for economic and financial capacity.: Qualification requirement:
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with requirement for security (credit rating B) will be sufficient to meet the requirement.
Documentation requirement:
- A credit rating based on the most recent financial figures. The rating must be carried out by a credit rating company with licence to conduct this service.
The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as a supplement to the documentation delivered in the tender.
If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, the tenderer may document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“Requirement for registration in a company register, professional register or trade register is required.: Qualification requirement:
Tenderers shall be...”
Liste og kort beskrivelse av vilkår
Requirement for registration in a company register, professional register or trade register is required.: Qualification requirement:
Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established.
Documentation requirement:
• Norwegian companies: Company Registration Certificate.
• Foreign companies: Verification that the tenderer is registered in a company register, professional register or a trade register in the country where the tenderer is established.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirement for Quality assurance standard: Qualification requirement:
Tenderers must have a good and well-functioning quality assurance and management...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirement for Quality assurance standard: Qualification requirement:
Tenderers must have a good and well-functioning quality assurance and management system for the services provided.
Documentation requirement:
Tenderers must submit documentation of their quality assurance and management system. The following documentation will be accepted:
Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent.
Or
A description that as a minimum covers the company ́s procedures/routines for:
- Handling deviations and claims.
- Certification of sub-suppliers.
- The process from the receipt and registration of orders until delivery to the customer.
“The contract will be entered into as a parallel framework agreement with up to two tenderers. See the competition rules and annex 1 for further information...”
The contract will be entered into as a parallel framework agreement with up to two tenderers. See the competition rules and annex 1 for further information on the call-off model.
The procurement has an estimated extent of NOK 2.5 million excluding VAT per year, total NOK 10 million excluding VAT over the contract period of up to four years. The contract will be valid for a call-off of up to NOK 20 million excluding VAT.
The contract will be signed for a two year period. The contracting authority has the option to extend the contract for up to a further 1+1 year. The maximum agreement period, including options, is four years.
Vis mer Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2023/S 246-775910 (2023-12-20)