The Contracting Authority needs to enter into a framework agreement for traffic signs and sign materials. The competition will be held as a co-operation where Sandnes municipality has secretariat. Three (3) contractual relationships will be created; one for Sandnes municipality, one for Sola municipality and one for Stavanger municipality. The contract includes i.a.: Traffic signs that mainly comprise the delivery of signs in accordance with the Norwegian Public Roads Administration ́s handbook N300. The signs shall mainly be delivered for standard set-up material as well as in a hoop for ground, pole and wall mounting. The assembly material includes the delivery of sign fixings, fittings, clamps, holders and foundations for the set up of fixed signs, in addition to work notification. Profiling signs as well as information signs for use in i.a. site areas and car parks that are not included in the Norwegian Public Roads Administration ́s handbook N300. Work notification equipment that includes the delivery of material for notifying work on public roads. Products that the municipalities currently use are i.a. barrier plank and bows, traffic hunters, barrier lines, lane dividers, safety posts with and without built-in warning lights, warning lights, safety fences, traffic controlled mobile light signal systems, barrier vehicles, warning panels with and without built-in warning lights and folding signs in accordance with the at any given time applicable edition of the Norwegian Public Roads Administration ́s handbook 301. Fences and barriers that comprise the delivery of protection, closure, section and stair railings with prefabricated excavation foundations, bollards (steel and rubber), vehicle barrier of various lengths and locking possibilities for triangles, cylinders and padlocks, as well as turns and lifting manholes of various lengths. Marking products that include the delivery of marking spray and paint, prefabricated thermoplastic and plastic matter. The contracting authority is uncertain as to the total extent of the procurement, but estimates that the total contract value for the entire contract period, including options, can be in the range of NOK 17,000,000 excluding VAT. The maximum contract value is set to NOK 27,000,000 excluding VAT.
Frist
Fristen for mottak av tilbud var 2024-08-30.
Anskaffelsen ble publisert 2024-07-16.
Kunngjøring av konkurranse (2024-07-16) Gjenstand Anskaffelsens omfang
Tittel: Framework agreement for traffic signs and traffic equipment.
Referansenummer: 24/04585
Kort beskrivelse:
“The Contracting Authority needs to enter into a framework agreement for traffic signs and sign materials. The competition will be held as a co-operation...”
Kort beskrivelse
The Contracting Authority needs to enter into a framework agreement for traffic signs and sign materials. The competition will be held as a co-operation where Sandnes municipality has secretariat. Three (3) contractual relationships will be created; one for Sandnes municipality, one for Sola municipality and one for Stavanger municipality.
The contract includes i.a.:
Traffic signs that mainly comprise the delivery of signs in accordance with the Norwegian Public Roads Administration ́s handbook N300. The signs shall mainly be delivered for standard set-up material as well as in a hoop for ground, pole and wall mounting. The assembly material includes the delivery of sign fixings, fittings, clamps, holders and foundations for the set up of fixed signs, in addition to work notification.
Profiling signs as well as information signs for use in i.a. site areas and car parks that are not included in the Norwegian Public Roads Administration ́s handbook N300.
Work notification equipment that includes the delivery of material for notifying work on public roads. Products that the municipalities currently use are i.a. barrier plank and bows, traffic hunters, barrier lines, lane dividers, safety posts with and without built-in warning lights, warning lights, safety fences, traffic controlled mobile light signal systems, barrier vehicles, warning panels with and without built-in warning lights and folding signs in accordance with the at any given time applicable edition of the Norwegian Public Roads Administration ́s handbook 301.
Fences and barriers that comprise the delivery of protection, closure, section and stair railings with prefabricated excavation foundations, bollards (steel and rubber), vehicle barrier of various lengths and locking possibilities for triangles, cylinders and padlocks, as well as turns and lifting manholes of various lengths.
Marking products that include the delivery of marking spray and paint, prefabricated thermoplastic and plastic matter.
The contracting authority is uncertain as to the total extent of the procurement, but estimates that the total contract value for the entire contract period, including options, can be in the range of NOK 17,000,000 excluding VAT.
The maximum contract value is set to NOK 27,000,000 excluding VAT.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Transportutstyr og hjelpeprodukter til transport📦
Estimert verdi eksklusive mva: 27 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The Contracting Authority needs to enter into a framework agreement for traffic signs and sign materials. The competition will be held as a co-operation...”
Beskrivelse av anskaffelsen
The Contracting Authority needs to enter into a framework agreement for traffic signs and sign materials. The competition will be held as a co-operation where Sandnes municipality has secretariat. Three (3) contractual relationships will be created; one for Sandnes municipality, one for Sola municipality and one for Stavanger municipality.
The contract includes i.a.:
Traffic signs that mainly comprise the delivery of signs in accordance with the Norwegian Public Roads Administration ́s handbook N300. The signs shall mainly be delivered for standard set-up material as well as in a hoop for ground, pole and wall mounting. The assembly material includes the delivery of sign fixings, fittings, clamps, holders and foundations for the set up of fixed signs, in addition to work notification.
Profiling signs as well as information signs for use in i.a. site areas and car parks that are not included in the Norwegian Public Roads Administration ́s handbook N300.
Work notification equipment that includes the delivery of material for notifying work on public roads. Products that the municipalities currently use are i.a. barrier plank and bows, traffic hunters, barrier lines, lane dividers, safety posts with and without built-in warning lights, warning lights, safety fences, traffic controlled mobile light signal systems, barrier vehicles, warning panels with and without built-in warning lights and folding signs in accordance with the at any given time applicable edition of the Norwegian Public Roads Administration ́s handbook 301.
Fences and barriers that comprise the delivery of protection, closure, section and stair railings with prefabricated excavation foundations, bollards (steel and rubber), vehicle barrier of various lengths and locking possibilities for triangles, cylinders and padlocks, as well as turns and lifting manholes of various lengths.
Marking products that include the delivery of marking spray and paint, prefabricated thermoplastic and plastic matter.
The contracting authority is uncertain as to the total extent of the procurement, but estimates that the total contract value for the entire contract period, including options, can be in the range of NOK 17,000,000 excluding VAT.
The maximum contract value is set to NOK 27,000,000 excluding VAT.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-08-30 10:00:00 📅
Vilkår for åpning av tilbud: 2024-08-30 10:15:00 📅
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:
“The tenderer's economic and financial capacity: Qualification requirement:
Tenderers must have sufficient economic and financial capacity to fulfil the...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer's economic and financial capacity: Qualification requirement:
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale.
Documentation requirement:
As documentation, the contracting authority will obtain a credit rating of Commercial Delphi Score from Experian (the contracting authority subscribes to services from Experian).
Tenderers are expected to have known registered information about the company and agree by submitting the tender for the information to be collected and used as a basis for assessing none of the tenderer's financial conditions.
When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the qualification requirement. The credit report shall be based on the last available accounting figures.
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:
“Environment: Qualification requirement:
Tenderers shall document that they have a scheme for handling waste.
Documentation requirement:
Description of waste...”
Liste og kort beskrivelse av regler og kriterier
Environment: Qualification requirement:
Tenderers shall document that they have a scheme for handling waste.
Documentation requirement:
Description of waste management in the company or membership certificate from a recycling scheme.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Quality Assurance System: Qualification requirement:
Tenderers are required to have a well-functioning system for ensuring quality, adapted to the nature...”
Liste og kort beskrivelse av regler og kriterier
Quality Assurance System: Qualification requirement:
Tenderers are required to have a well-functioning system for ensuring quality, adapted to the nature and scope of the assignment.
Documentation requirement:
As documentation, tenderers shall enclose a certificate for the company's quality system/management system issued by competent independent bodies that confirm that the tenderer fulfils recognised quality assurance standards, such as ISO 9001:2015 or equivalent.
The contracting authority will also accept other documentation that shows that the tenderer has a well functioning system for ensuring quality customised to the nature and scope of the assignment. As a minimum, a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for the assignment, must be submitted.
Vis mer
Liste og kort beskrivelse av vilkår:
“Tax Certificate: Qualification requirement:
Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence....”
Liste og kort beskrivelse av vilkår
Tax Certificate: Qualification requirement:
Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence. Documentation requirement: Tax certificate, not older than 6 months.
Vis mer
Liste og kort beskrivelse av vilkår:
“The organisational and legal position of the tenderer.: Qualification requirement: Tenderers shall be registered in a company register, professional...”
Liste og kort beskrivelse av vilkår
The organisational and legal position of the tenderer.: Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce 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 commerce register in the country where the tenderer is established.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer ́s technical and professional qualifications.: Qualification requirement:
Tenderers shall have experience that suggests that the tenderer is...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer ́s technical and professional qualifications.: Qualification requirement:
Tenderers shall have experience that suggests that the tenderer is able to handle the contract, in regard to scope and complexity. This can, for example, be two (2) relevant/equivalent contracts, deliveries over time or other of relevance.
Documentation requirement:
Documented by enclosing a list of the most important relevant assignments during the last three (3) years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. The references will only be contacted if required.
Utfyllende informasjon Klageinstans
Navn: Sør-Rogaland tingrett
Nasjonalt registreringsnummer: 926723448
Poststed: Stavanger
Land: Norge 🇳🇴
E-post: sor-rogaland.tingrett@domstol.no📧
Telefon: 52004600📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 138-429056 (2024-07-16)