Oslo municipality, c/o the Agency for Improvement and Development, shall enter into a joint procurement agreement for travel agency services with one tenderer. The Contracting Authority is carrying out the procurement on behalf of cooperating entities in addition to Oslo municipality.
Frist
Fristen for mottak av tilbud var 2024-11-22.
Anskaffelsen ble publisert 2024-10-18.
Kunngjøring av konkurranse (2024-10-18) Gjenstand Anskaffelsens omfang
Tittel: Cooperative purchasing agreement for travel agency services.
Referansenummer: 24/2095
Kort beskrivelse:
“Oslo municipality, c/o the Agency for Improvement and Development, shall enter into a joint procurement agreement for travel agency services with one...”
Kort beskrivelse
Oslo municipality, c/o the Agency for Improvement and Development, shall enter into a joint procurement agreement for travel agency services with one tenderer. The Contracting Authority is carrying out the procurement on behalf of cooperating entities in addition to Oslo municipality.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Reisebyrå-, turoperatør- og turistveiledningstjenester📦
Estimert verdi eksklusive mva: 32 500 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“Oslo municipality, c/o the Agency for Improvement and Development, shall enter into a joint procurement agreement for travel agency services with one...”
Beskrivelse av anskaffelsen
Oslo municipality, c/o the Agency for Improvement and Development, shall enter into a joint procurement agreement for travel agency services with one tenderer. The Contracting Authority is carrying out the procurement on behalf of cooperating entities in addition to Oslo municipality.
Vis mer
Tilleggsprodukter/-tjenester: Hjelpevirksomhet i forbindelse med transport; reisebyråvirksomhet📦
Tilleggsprodukter/-tjenester: Reisebyrå og lignende tjenester📦
Tilleggsprodukter/-tjenester: Reisetjenester📦
Hovedsted eller utførelsessted:
“Oslo municipality”
Varighet: 2 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Tildelingskriterier
Pris ✅
Pris (vekting): 30
Kvalitetskriterium (navn): Ordering portal - user friendliness
Kvalitetskriterium (vekting): 40
Kvalitetskriterium (navn): Booking portal - Climate friendly travel alternatives Statistics and reports for CO2 emissions.
Kvalitetskriterium (vekting): 30
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-11-22 11:00:00 📅
Vilkår for åpning av tilbud: 2024-11-22 11:00:00 📅
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:
“Sufficient economic and financial capacity: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation...”
Liste og kort beskrivelse av utvelgelseskriterier
Sufficient economic and financial capacity: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement:
The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers.
The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“Legally established company: The tenderer shall be a legally established company.
Documentation requirement:
Norwegian companies: Company Registration...”
Liste og kort beskrivelse av vilkår
Legally established company: The tenderer shall be a legally established company.
Documentation requirement:
Norwegian companies: Company Registration Certificate
Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Experience from equivalent assignments.: Tenderers shall have experience from equivalent assignments. Equivalent assignments means deliveries that can be...”
Liste og kort beskrivelse av utvelgelseskriterier
Experience from equivalent assignments.: Tenderers shall have experience from equivalent assignments. Equivalent assignments means deliveries that can be compared with the extent and content of this contract.
Documentation requirement:
Short description of the most important deliveries in the last three years, including information on the contract ́s value, period, as well as the name of the contracting authority and a description of the assignment ́s content.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Due diligence assessments for responsible businesses: Tenderers shall be suitable to fulfil contract requirements for due diligence assessments for...”
Liste og kort beskrivelse av utvelgelseskriterier
Due diligence assessments for responsible businesses: Tenderers shall be suitable to fulfil contract requirements for due diligence assessments for responsible businesses, cf. Point 16 of the joint procurement agreement.
This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.
Documentation requirement:
A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include:
Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business.
Formal policy/guidelines for accountability for sub suppliers/supplier chain (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used.
Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments.
Tenderers are encouraged to use Annex 4 Response Form Qualification Requirements: Due diligence assessments for responsible businesses, to respond to this qualification requirement.
Utfyllende informasjon Klageinstans
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 205-635601 (2024-10-18)