The framework agreement includes sweeping of municipal roads and footpaths and cycle paths, sidewalks and other municipal areas such as car parks. The aim of the agreement is to ensure the inhabitants of Sola municipality safe and good driving conditions.
Frist
Fristen for mottak av tilbud var 2024-02-22.
Anskaffelsen ble publisert 2024-01-22.
Kunngjøring av konkurranse (2024-01-22) Gjenstand Anskaffelsens omfang
Tittel: A24SU Framework Agreement, Sweeping Services
Referansenummer: 24/254
Kort beskrivelse:
“The framework agreement includes sweeping of municipal roads and footpaths and cycle paths, sidewalks and other municipal areas such as car parks. The aim...”
Kort beskrivelse
The framework agreement includes sweeping of municipal roads and footpaths and cycle paths, sidewalks and other municipal areas such as car parks. The aim of the agreement is to ensure the inhabitants of Sola municipality safe and good driving conditions.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Snørydding og brøyting📦
Estimert verdi eksklusive mva: 3 000 000 NOK 💰
Informasjon om delkontrakter
Denne kontrakten er delt opp i delkontrakter ✅
Tilbud kan leveres for alle delkontrakter ✅
1️⃣
Beskrivelse av anskaffelsen:
“The framework agreement includes sweeping of municipal roads and footpaths and cycle paths, sidewalks and other municipal areas such as car parks. The aim...”
Beskrivelse av anskaffelsen
The framework agreement includes sweeping of municipal roads and footpaths and cycle paths, sidewalks and other municipal areas such as car parks. The aim of the agreement is to ensure the inhabitants of Sola municipality safe and good driving conditions.
Vis mer
Hovedsted eller utførelsessted:
“Sola municipality”
Utførelsessted: Rogaland🏙️ Varighet
Startdato: 2024-03-15 📅
Sluttdato: 2026-03-15 📅
Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tildelingskriterier
Pris ✅
Kvalitetskriterium (navn): Environment
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001
2️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0002
3️⃣
Beskrivelse av anskaffelsen:
“Award criteria” Tittel
Identifikasjonsnummer for delkontrakt: LOT-0003
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-22 12:00:58 📅
Vilkår for åpning av tilbud: 2024-02-22 12:01:00 📅
Vilkår for åpning av tilbud (sted): Sola
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 117
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:
“The tenderer's economic and financial solidity.: Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. The...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer's economic and financial solidity.: Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. The contracting authority will obtain a credit rating from the credit and analysis company Experian. Tenderers must as a minimum achieve creditworthy or equivalent. Alternatively tenderers can enclose an updated credit rating with the tender from a certified credit rating company showing that the tenderer achieves an equivalent credit level. The credit rating shall refer to the current financial situation of the company. Companies registered in other countries than Norway must enclose a credit rating.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“The organisational and legal position of the tenderer.: The tenderer shall be a legally established company. Foreign companies: Foreign companies:...”
Liste og kort beskrivelse av vilkår
The organisational and legal position of the tenderer.: The tenderer shall be a legally established company. Foreign companies: Foreign companies: Documentation proving that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established. The certificate/documentation shall not be older than 1 month from the tender deadline. Tenderers shall have their tax and VAT payments in order. Documentation requirement: Norwegian companies: Tax and VAT certificate, not older than 6 months calculated from the tender deadline (https://www.altinn.no/no/Skjema-og-tjenester/Etater/Skatteetaten/Attestbestilling/) Foreign companies: Certificate issued by the relevant authority in the country where the company is registered as a company that confirms that the company has fulfilled its tax and VAT payments. The certificate shall not be older than 6 months from the tender deadline.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer's technical and professional capacity: Tenderers must have experience from assignments of a relevant nature, scope and complexity....”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer's technical and professional capacity: Tenderers must have experience from assignments of a relevant nature, scope and complexity. Documentation requirement: A list of the most important relevant assignments in the course of the last three years. The list shall include information on: The assignment (short description of the discovered and the tenderer ́s role) Contract value for the assignment excluding VAT. Date (year) of the assignment Name of the customer. Based on the list, the tenderer shall state names and e-mail addresses of contact persons for the two most relevant assignments. The references will only be contacted if required. Tenderers shall have a well-functioning quality assurance system for the services that shall be provided. Documentation requirement: Certificate for the tenderer's quality assurance system issued by independent bodies that confirms the tenderer fulfils recognised quality assurance standards (ISO 9001:2015 or equivalent), cf. the Procurement Regulations § 16-7. The contracting authority will also accept other documentation that shows that the tenderer has a quality assurance system that corresponds to recognised quality assurance standards as mentioned. Tenderers shall have an environmental management system that ensures compliance with the environmental requirements set in the tender documentation, Documentation requirement: Certificate for the tenderer's environmental certification issued by independent bodies that confirm that the tenderer fulfils environmental management standards such as ISO 14001:2015 or EMAS; Miljøfyrtårn or equivalent, cf. the procurement regulations § 16-7. The contracting authority will also accept other documentation which shows that the tenderer has an environmental management system that corresponds to recognised environmental management standards as mentioned.