The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and configurations as further described for each sub area. The contract ́s financial limit is NOK 150 million. With the exception of vehicles ordered when the contract is signed, there is no obligation to buy the contracting authority. In total, police districts and special bodies at the turn of the year 2023/24 state that the real need in the police for renewal of the fleet within these two main categories corresponds to 87 cars divided in the six sub areas, for the period 2024 - 2027. However, police districts ́ options to make planned procurements are limited at the time of publication of the agreement. The contracting authority will therefore enter into a framework agreement so it is possible to carry out relatively quick call-offs, if the financial scope for investments in the vehicle fleet opens up in the future.
Frist
Fristen for mottak av tilbud var 2024-02-02.
Anskaffelsen ble publisert 2023-12-19.
Kunngjøring av konkurranse (2023-12-19) Gjenstand Anskaffelsens omfang
Tittel: Framework agreement - Norwegian Criminal engineering and prisoner transport.
Referansenummer: 23/133485
Kort beskrivelse:
“The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and...”
Kort beskrivelse
The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and configurations as further described for each sub area. The contract ́s financial limit is NOK 150 million. With the exception of vehicles ordered when the contract is signed, there is no obligation to buy the contracting authority.
In total, police districts and special bodies at the turn of the year 2023/24 state that the real need in the police for renewal of the fleet within these two main categories corresponds to 87 cars divided in the six sub areas, for the period 2024 - 2027. However, police districts ́ options to make planned procurements are limited at the time of publication of the agreement. The contracting authority will therefore enter into a framework agreement so it is possible to carry out relatively quick call-offs, if the financial scope for investments in the vehicle fleet opens up in the future.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Politibiler📦
Estimert verdi eksklusive mva: 150 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and...”
Beskrivelse av anskaffelsen
The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and configurations as further described for each sub area. The contract ́s financial limit is NOK 150 million. With the exception of vehicles ordered when the contract is signed, there is no obligation to buy the contracting authority.
In total, police districts and special bodies at the turn of the year 2023/24 state that the real need in the police for renewal of the fleet within these two main categories corresponds to 87 cars divided in the six sub areas, for the period 2024 - 2027. However, police districts ́ options to make planned procurements are limited at the time of publication of the agreement. The contracting authority will therefore enter into a framework agreement so it is possible to carry out relatively quick call-offs, if the financial scope for investments in the vehicle fleet opens up in the future.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-02 12:00:00 📅
Vilkår for åpning av tilbud: 2024-02-02 12:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 4
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 of the tenderer's economic and financial capacity.: Qualification requirement:
Tenderers must have sufficient economic and financial capacity...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements of the tenderer's economic and financial capacity.: Qualification requirement:
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Documentation requirement:
- A credit rating based on the most recent financial figures. The rating shall 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 an addition to the documentation delivered in the tender.
If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can 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 regler og kriterier:
“Quality Assurance System: Qualification requirement:
Tenderers shall have a good and well-functioning quality assurance and management system for the...”
Liste og kort beskrivelse av regler og kriterier
Quality Assurance System: Qualification requirement:
Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided.
Documentation requirement:
Tenderers shall 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:
- The process from the receipt and registration of orders until delivery to the customer, including involvement of the customer in prototype building.
- Handling deviations and claims.
- Handling from ordering to delivery.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Environmental management: Qualification requirement:
Tenderers shall have an environmental management system.
Documentation requirement:
Tenderers shall...”
Liste og kort beskrivelse av regler og kriterier
Environmental management: Qualification requirement:
Tenderers shall have an environmental management system.
Documentation requirement:
Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted:
• Valid attestations/certificates issued by independent bodies (e.g. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or
• A description of the tenderer's own environmental management system. The description shall, at a minimum, include routines for. waste handling, use and handling of chemicals and environmentally hazardous substances.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements regarding the tenderer ́s technical and professional qualifications.: Qualification requirement:
Tenderers shall have experience from...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements regarding the tenderer ́s technical and professional qualifications.: Qualification requirement:
Tenderers shall have experience from comparable contracts. Comparable assignments means the delivery of built-up vehicles or additions with high complexity and of an equivalent extent.
Documentation requirement:
Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. The description must include a statement of the assignment ́s value, date and recipient (name, telephone number and e-mail address).
It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence from sub-suppliers that they can use for this assignment. A part of relevance also goes on the complexity of the delivered addition/built-on vehicle.
Utfyllende informasjon 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 betaling vil bli brukt
Kilde: OJS 2023/S 246-775962 (2023-12-19)
Kunngjøring av konkurranse (2024-01-19) Gjenstand Anskaffelsens omfang
Kort beskrivelse:
“The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and...”
Kort beskrivelse
The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and configurations as further described for each sub area. The contract ́s financial limit is NOK 150 million. With the exception of vehicles ordered when the contract is signed, there is no obligation to buy the contracting authority. In total, police districts and special bodies at the turn of the year 2023/24 state that the real need in the police for renewal of the fleet within these two main categories corresponds to 87 cars divided in the six sub areas, for the period 2024 - 2027. However, police districts ́ options to make planning procurements and financial obligations are limited at the time of publication of the agreement. The contracting authority will therefore transport a framework agreement so that it shall be possible to carry out relatively quick call-offs, if the financial scope for investments in the vehicle fleet opens up in the future.
Vis mer
Estimert verdi eksklusive mva: 150 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and...”
Beskrivelse av anskaffelsen
The framework agreement includes two main categories of vehicles, technical forensics and prisoner transport. The categories cover various sizes and configurations as further described for each sub area. The contract ́s financial limit is NOK 150 million. With the exception of vehicles ordered when the contract is signed, there is no obligation to buy the contracting authority. In total, police districts and special bodies at the turn of the year 2023/24 state that the real need in the police for renewal of the fleet within these two main categories corresponds to 87 cars divided in the six sub areas, for the period 2024 - 2027. However, police districts ́ options to make planning procurements and financial obligations are limited at the time of publication of the agreement. The contracting authority will therefore transport a framework agreement so that it shall be possible to carry out relatively quick call-offs, if the financial scope for investments in the vehicle fleet opens up in the future.
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-16 12:00:00 📅
Vilkår for åpning av tilbud: 2024-02-16 12:00:00 📅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements of the tenderer's economic and financial capacity.: Qualification requirement: Tenderers must have sufficient economic and financial capacity...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements of the tenderer's economic and financial capacity.: Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall 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 an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can 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 regler og kriterier:
“Quality Assurance System: Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the...”
Liste og kort beskrivelse av regler og kriterier
Quality Assurance System: Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall 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: - The process from the receipt and registration of orders until delivery to the customer, including involvement of the customer in prototype building. - Handling deviations and claims. - Handling from ordering to delivery.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Environmental management: Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall...”
Liste og kort beskrivelse av regler og kriterier
Environmental management: Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid attestations/certificates issued by independent bodies (e.g. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall, at a minimum, include routines for. waste handling, use and handling of chemicals and environmentally hazardous substances.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements regarding the tenderer ́s technical and professional qualifications.: Qualification requirement: Tenderers shall have experience from...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements regarding the tenderer ́s technical and professional qualifications.: Qualification requirement: Tenderers shall have experience from comparable contracts. Comparable assignments means the delivery of built-up vehicles or additions with high complexity and of an equivalent extent. Documentation requirement: Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. The description must include a statement of the assignment ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence from sub-suppliers that they can use for this assignment. A part of relevance also goes on the complexity of the delivered addition/built-on vehicle.
Endringer Ny verdi
Tekst:
“The deadline for submitting tenders has been changed from 2 February, 12:00 to 16 February, 12:00.”
Kilde: OJS 2024/S 015-042740 (2024-01-19)