The procurement is for a framework agreement for service and maintenance of emergency power generators in Sandnes municipality. A contract shall be signed with one tenderer. If needed, the contract can also be used for repairs and improvements to the installations. The combined contract value for the framework agreement (four years) is estimated to be approx. NOK 3.5 million excluding VAT. The total maximum value for the entire contract period is NOK 4.5 million excluding VAT.
Frist
Fristen for mottak av tilbud var 2024-01-05.
Anskaffelsen ble publisert 2023-11-22.
Kunngjøring av konkurranse (2023-11-22) Gjenstand Anskaffelsens omfang
Tittel: Framework agreement for service and maintenance of emergency power aggregates.
Referansenummer: 23/18973
Kort beskrivelse:
“The procurement is for a framework agreement for service and maintenance of emergency power generators in Sandnes municipality. A contract shall be signed...”
Kort beskrivelse
The procurement is for a framework agreement for service and maintenance of emergency power generators in Sandnes municipality. A contract shall be signed with one tenderer. If needed, the contract can also be used for repairs and improvements to the installations.
The combined contract value for the framework agreement (four years) is estimated to be approx. NOK 3.5 million excluding VAT. The total maximum value for the entire contract period is NOK 4.5 million excluding VAT.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Reperasjons- og vedlikeholdstjenester📦
Estimert verdi eksklusive mva: 3 500 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The procurement is for a framework agreement for service and maintenance of emergency power generators in Sandnes municipality. A contract shall be signed...”
Beskrivelse av anskaffelsen
The procurement is for a framework agreement for service and maintenance of emergency power generators in Sandnes municipality. A contract shall be signed with one tenderer. If needed, the contract can also be used for repairs and improvements to the installations.
The combined contract value for the framework agreement (four years) is estimated to be approx. NOK 3.5 million excluding VAT. The total maximum value for the entire contract period is NOK 4.5 million excluding VAT.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-01-05 12:00:00 📅
Vilkår for åpning av tilbud: 2024-01-05 12:00:00 📅
Vilkår for åpning av tilbud (Informasjon om autoriserte personer og åpningsprosedyre):
“Not in public.”
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️ 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:
“Requirements regarding economic and financial capacity.: Tenderers shall have settled financial conditions and the financial capacity to fulfil the...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements regarding economic and financial capacity.: Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Norwegian companies: As documentation, the Contracting Authority will obtain the credit rating Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale.
Foreign companies: Credit rating from a credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall show the current financial situation of the company, be based on the last available accounts and be carried out by a company that has permission to carry out credit information activities.
Norwegian companies: As documentation, the Contracting Authority will obtain the credit rating Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale.
Foreign companies: Credit rating from a credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall show the current financial situation of the company, be based on the last available accounts and be carried out by a company that has a licence to carry out a credit information company.
For all companies: If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document that the contracting authority deems suitable.
If there is a credit rating in Experian that the contracting authority can obtain, it will always have a rank before the credit rating obtained by the tenderer.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Requirements regarding environmental management measures.: Sandnes municipality shall work systematically to achieve the national goal of reducing...”
Liste og kort beskrivelse av regler og kriterier
Requirements regarding environmental management measures.: Sandnes municipality shall work systematically to achieve the national goal of reducing greenhouse gas emissions in 2030 by 55 percent based on the 2014 figures. For more information: Sandnes kommune - Climate and environment plan for Sandnes kommune 2020-2025
Tenderers are required to have environmental management measures suitable for the delivery's environmental objectives, environmental properties, complexity and risk.
A description of the tenderer's environmental management measures. Tenderers shall provide a short account, stating the tenderer's stated environmental goals, the status of environmental work in their own business and planned measures, of relevance to this contract.
If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Vis mer
Liste og kort beskrivelse av vilkår:
“Registration: Norwegian companies: Company Registration Certificate from the Brønnøysund Register Centre.
Foreign companies: Registration certificate in a...”
Liste og kort beskrivelse av vilkår
Registration: Norwegian companies: Company Registration Certificate from the Brønnøysund Register Centre.
Foreign companies: Registration certificate in a professional register as determined by legislation in the country where the tenderer is established.
Vis mer
Liste og kort beskrivelse av vilkår:
“The certificate must not be more than 6 months old.: Norwegian companies: Tax and VAT certificate, not older than 6 months calculated from the tender...”
Liste og kort beskrivelse av vilkår
The certificate must not be more than 6 months old.: Norwegian companies: Tax and VAT certificate, not older than 6 months calculated from the tender deadline (Altinn - Certificate order).
Foreign companies: Certificate issued by the relevant authority in the tenderer's home country confirming that the company has fulfilled its tax and VAT payments. The certificate shall not be older than 6 months from the deadline for receipt of tenders.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements connected to the tenderer's experience.: Tenderers shall have experience from at least three comparable construction assignments for service...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements connected to the tenderer's experience.: Tenderers shall have experience from at least three comparable construction assignments for service and maintenance of different emergency power generators in the last three years, as described in this tender documentation.
As documentation, tenderers shall enclose a list of the most important equivalent assignments. The list shall include information on:
- The assignment (short description of the discovered and the supplier ́s role).
- Contract value for the assignment excluding VAT.
- Date (year) of the assignment.
- Name of the customer.
Based on the list(s), the tenderer shall state the name and e-mail address of a gender neutral preferred for the three most relevant assignments. The references will only be contacted if required.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements connected to the tenderer ́s capacity and implementation ability.: Tenderers shall have sufficient capacity and implementation ability to carry...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements connected to the tenderer ́s capacity and implementation ability.: Tenderers shall have sufficient capacity and implementation ability to carry out the estimated number of assignments, as described in the tender documentation.
Description of the tenderer's personnel, units and machines/equipment that the tenderer has at its disposal for fulfilment of the contract, i.e. personnel, units and machines/equipment in their own company, and if relevant, personnel, units and machines/equipment to other companies that the tenderer will use to fulfil technical and professional qualifications, c.f. point 5.1, first section.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements regarding the quality assurance system.: Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements regarding the quality assurance system.: Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
A description of the tenderer's quality assurance methods. As a minimum a general description must be given of the system ́s content, including an overview of inspection plans and check-lists that are relevant for the assignment.
If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Utfyllende informasjon Klageinstans
Navn: Sør-Rogaland tingrett
Nasjonalt registreringsnummer: 926723448
Poststed: Sandnes
Land: Norge 🇳🇴
E-post: sor-rogaland.tingrett@domstol.no📧
Telefon: 52 00 46 00📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2023/S 227-716052 (2023-11-22)